Loading...
HomeMy WebLinkAboutPermit B94-0320 - METRO TRANSIT - CAPITAL IMPROVEMENT PROJECTCity of 7iikwil� (206) 431-3670 Community Development / Public Works • 6300 Southcenter Boulevard, Suite 100 • Tukwila, Washington 98188 BUILDING PERMIT Permit No: B94 -0320 Type: B -BUILD Category: ACOM Address: 12000 EAST MARGINAL WY S Location: Parcel #: 734060 -0421 Zoning: M1 Type Const: Gas /Elec: Wetlands: Water: 125 Contractor License No.: GEORGSC1520T Status: ISSUED Issued: 01/12/1995 Expires: 07/11/1995 Suite: Type of Occupancy: SERVICE STATION Slopes: N Sewer: VAL VUE TENANT METRO TRANSIT CIP 12000 EAST MARGINAL WY S, TUKWILA, WA 98168 OWNER METRO ACCOUNTS PAYABLE SO.BASE 5432- 50706D50304, 821 2ND AVE, SEATTLE WA 98104 CONTACT LARRY UNDERDAHL Phone: 206 684 -1402 821 SECOND AV, SEATTLE, WA 98104 CONTRACTOR GEORGE SOLLITT CORPORATION Phone: 206 774 -2186 23109 55TH AVENUE WEST, MOUNTLAKE TERR 98043 ******************************************** * ** * ** * * * * * * * * * * * * * * * * * * * * * * * ** Permit Description: REPLACE BUS LIFT EQUIPMENT, TAILPIPE EXHAUST SYSTEM, AND REMODEL ELECTRONIC SITOP. SETBACKS Units: 001 Front: .0 Back: .0 Buildings: 001 Left: .0 Right: .0 Fire Protection: SPRINKLERED UBC Edition: 1991 Valuation: 570,000.00 Total Permit Fee: 3,716.18 ****************, r************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** u 15 j c15 Date Permit Center Authorized Signature I hereby certify that I have read and examined this permit and know the same to be true and correct. All provisions of law and ordinances governing this work will be complied with, whether specified herein or not. The granting of this permit does not presume to give authority to violate or cancel the provisions of any other state or local laws regulating construction or the performance of work. I am authorized to sign for and obtain this bu ding permit. Signature: Print Name: IZ`/ C,& -Ae, Date: r2-4( 7 5- Ar-FL T i t l e: k 5/4 c— /6Ci« 7 This permit shall become null and void if the work is not commenced within 180 days from the date of issuance, or if the work is suspended or abandoned for a period of 180 days from the last inspection. All PERMITS ISSUED FOR NEW CONSTRUCTION, REMODELING, OR DEMOLITION PROJECTS REQUIRE CONSTRUCTION, DEMOLITION AND LANDCLEARING WASTE MATERIAL FROM THESE PROJECTS TO BE RECYCLED AT A KING COUNTY LICENSED OR APPROVED FACILITY, OR TAKEN TO REGIONAL DISPOSAL FACILITIES. CITY OF TUKWILF Department of Community Development — Permit Center` 6300 Southcenter Boulevard - #100, Tukwila, WA 98188 (206) 431 -3670 Building Permit Application Tracking PLAN CHECK NUMBER 3q4 -DSa0 INSTRUCTIONS PROJECT NAME — ME:n 1 T SIT CAT SITE ADDRESS I0-DDO Ensr rna- rz- giol vUi S TO STAFF SUITE NO. • Contacts with applicants or requests for information should be summarized in writing by staff so that the status of the project may be ascertained at any time. • Plan corrections shall be completed and approved prior to sending to the next department. • Any conditions or requirements for the permit shall be noted in the Sierra system or summarized concisely in the form of a formal letter or memo, which will be attached to the permit. • Please fill out your section of the tracking chart completely. Where information requested is not applicable, so note by using "N /A ", date and initial. DEPARTMENTAL REVIEW "X" in box indicates which departments need to review the project. DEPARTMEN ATE ...I APPROV.I BUILDING - initial review FIRE (PLANNING 31)-C14 _JROUTED) f�25r$`/ 9'45 ^s 57 CONSULTANT: Date Sent Date Approved INIT: kS~/b FIRE PROTECTION: 2 Sprinklers (J Detectors N/A FIRE DEPT. LETTER DATED: INSPECTOR: OP q4-/ INIT: ^}r' O PUBLIC WORKS O OTHER BUILDING - final review BUILDING OFFICIAL cf..?l 114 INIT: ZONING: BAR/ AND USE CONDITIONS? ( )Yes U No REFERENCE FILE NOS.: MINIMUM SETBACKS: N- S. E W- UTILITY PERMITS REQUIRED? ) Yes PUBLIC WORKS LETTER DATED: /; INIT: TYPE OF CONSTRUCTION: CERT. OF OCCUPANCY? OYes (No UBC EDITION (year): 199( REVIEW COMPLETED AMOUNT OWING: ths CONTACTED ! ll �,�.� ÷ yf\ 1 t 1� ,P I s IA, * _. - DATE NOTIFIED t 9 - < t (i r ,� -! '-'I :Y: init. �,/ w r. 2nd NOTIFICATION BY: (snit.) 3RD NOTIFICATION .. BY: (init.). 01/08/93 ''iTY OF TUKWILA ,.. partment of Community Development - Building 6300 Southcenter Boulevard, Tukwila WA 98188 (206) 431 -3670 PLAN UM NUMBER '9 4 - O3ao BUILDIN3 PERMIT APPLICATION Division DESCRIPTION BUILDING PERMIT FEE PLAN CHECK FEE BUILDING SURCHARGE AMOUNT RCPT # DATE OTHER: TOTAL lW: SITE ADDRESS SUITE # j Zoo a F&4 Y HtAv-6 IIJ/ - Whir ' - VAL E OF CONSTRUCTION - $ 5.-70 0 %2 a PROJECT NAME/TENANT f'ti1 t„r T► C) T� �I I leA�v •�-)r ga .-r A SESSOR ACCOUNT # -�3 4_ 0 co - o 42 _ 0 2, (commercial) U Demolition (building) 0 Other: TYPE OF 0 New Building U Addition Tenant Improvemen WORK: 0 Rack Storage 0 Reroof 0 Remodel (residential) DESCRIBE WORK TO BE DONE: 0) 1Z5_ p„.4,..11._ o ✓S Lir='y (' 4 a) Pfr-ii4-,-)r"' 0 R.tq- r°ca¢c.it. 1771 L ei e e L-Yl s r Sy s rt=', C. -gt 0o c, -c.... elf L'r7^-o tI e— di-1-0 P BUILDING USE (office, warehouse, etc.) Bus revs- h11Z°74'r.)G- l'>:.. ,r-4.1‘..1 t- rvl NATURE OF BUSINESS: -7-0.414c Pow- TD'1%c requirements may need to be met. Please explain: WILL THERE BE A CHANGE IN USE? S No 0 Yes If Yes, new building SQUARE FOOTAGE - Building: 53 000 Tenant Space: 53 ooO Area of Construction: &too OR) HAZARDOUS MATERIALS iN THE BUILDING? i P4'-.r System WILL THERE BE STORAGE OR USE OF FLAMMABLE, COMBUSTIBLE 0 No 0 Yes IF YES, EXPLAIN: Sem. K-0 .s' Cc 0.0r,4+4,rt^i FIRE PROTECTION FEATURES: Sprinklers Automatic Fire Alarm PROPERTY OWNER K.I,3 cv„A.),l - .in Dv, �tr1-r-�14,r✓o1st dC.�,J +c�S PHONE g .$. - ��9 G ADDRESS ez 1 2./JO /t. Srio?T7,I41- u.14- ZIP ?1jio [ZIP CONTRACTOR ,PHONE ADDRESS WA. ST. CONTRACTOR'S LICENSE 41 EXP. DATE ARCHITECT /..0 el //tie:, PHONE [ZIP e �y �o ADDRESS / cf7 2 /% /K -�S.r„ Al� : I HEREBY:.CERTIFY .THAT:I HAVE: READ .:AND: EXAMINED :THIS: APPLICATION AND .BE TRUE AND`:CORRECT ND:I:AM AUTHORIZEDTO APPLY FOR THIS PERMIT BUILDING OWNER SIG ;,1 • •E� 7—'74/v2� DATE 1 OR AUTHORIZED ? P° IN N E� •,W1' iZ S e.`4.- e AGENT ADDRESS YZi 2).0 41/2. 'ONTACT PERS • We r • • • APPLICATION SU : • L ri • i• to ensu e at our applicatio i accepted for plan review, please make sure to fill out the application completely and follow the plan submittal checklist on the reverse side of this form. Handouts are available at the Building counter which provide more detailed information on application and plan submittal requirements. Application and plans must be complete in order to be accepted for plan review. VALUATION OF CONSTRUCTION Valuation for new construction and additions are calculated by the Department of Community Development prior to application submittal. Contact the Permit Coordinator at 431 -3670 prior to submitting application. In all cases, a valuation amount should be entered by the applicant. This figure will be reviewed and is subject to possible revision by the Building Division to comply with current fee schedules. BUILDING OWNER / AUTHORIZED AGENT If the applicant is other than the owner, registered architect/engineer, or contractor licensed by the State of Washington, a notarized letter from the property owner authorizing the agent to submit this permit application and obtain the permit wilt be required as part of this submittal. EXPIRATION OF PLAN REVIEW Applications for which no permit is issued within 180 days following the dale of application shall expire by limitations. The building official may extend the time for action by the applicant for a period not exceeding 180 days upon written request by the applicant as defined in Section 304(d) of the Uniform Building Code (current edition). No application shall be extended more than once. If you have any questions about our process or plan submittal requirements, please contact the Departmegkel1Jnmunity Development Building Division at 431 -3670. PHONE 6i30 gt. / ign CITY/ZIP PHONE, -- .;,,:= 4,' DATE APPLICATION ACCEPTED ----Cr" tar TutcwILA DATE APPLICATION EXPIRES CJ'L AUG 3 0 1994 PERMIT CENTER - 3D- qS \e . SUBMITTAL MITTAL CH ECKLI ST COMMERCIAL----- ---- NEW COMMERCIAL BUILDINGS /ADDITIONS I_--J Completed building permit applicatio i (ono for each structure) COMMERCIAL TENANT ..IMPROVEMENTS :.:`:, ::. Completed building permit, application (ono for each structure or •: : tenant) Assessor Account Number :Two (2),sets of construction. plans,whic)i include Site•plan Location of tenant space • Existing and proposed parking . .. Landscape plan (if appficuble, i•e„ change of use Overall building plan • •.Tenant location • • Use of adjacent t:(common g •all) t'rmant .. ; :• •.Overnll.drmensions of building or fiquare footage Floor:plan of proposed;tenant spec e •%Tenantspace :plan with: :use of oech roomilebull :Exit doors,. egress patterns Now: walls, :existing wall, 'and Wally to bs,derriolishe Construction: details Cros's sections showing`iyali ounstructie fr and method of. attachment,for<floor and coiling. • �tructurai calculations stamped b)? t Washington State licensed, engineer may: be• required if structural •work •Is to be.done.(2 sets); NOTE if any utility work is;.to be done, • submit separate uhhty permit 'application and plans [ 1 Assessor Account Numbor Two sets (2) of the following: Specifications r -1 Structural calculations starnpod by a Washington State licensed engineer L� Soils report stamped by a Washington State licensed engineer lil Topographical survey 1 L Energy calculations stamped by a Washington State licensed engineer or architect I Legal description. �1 Working drawings, stamped by a Washington State licensed architect; which include • .Silo plan • Architectural drawings •'Structural drawing •• Mechanical drav,.irgb •.Elevations • Civil drawings • Landscape pan • Completed utility permit application 1 Six (G) sets of civil drawings NOTE,; Sias Utility permit application and checklist lei specilio utility submittal rcgiiineronts one for entire project) FIACK STORAGE i 1 Cornpletei building permit ap;,iir.:rtion —� Assessor Account Number Two (2) sets of plans which include: Building floor plan showing: • Entire spaco where racks will be Iodated • Exit doers • Dimensions of all aisles r.- 7 Tenant apnea lies: phis showing rack storage layout, aisles and include dimensions' of racks (height, width and length), aisles ern; exit ways on plan. i J Structural calculations stamped by a Washingt m State licensed ` engineer (rei It storage B'. and over) NEW SINULE•FAMILY:DWELLUNGS /ADDITIONS:. REROOF:; Completed building permit application (one for each Structure jAssessor Account Number Ti Nan'ative deseribing'exlsting ioof, iiiaterial being lerneved, an material being installed : NO7E: A centiliceticn,lmitler is raquirod prior to final insp©ctioin and sign- off of the permit ;. • ANTENNA!SATELLiTE DISHES .. i] Completed •ouilding permit application LJ Assessor Account Number : fwe (2) sets of plans, which Include: L Site :Plan (showing building and location of antenn.osatollito dishjli • l Details antenna /satellite dish and method of attachment r-1 Cemnleted.buildtnrd perrnitapplication (ono for each structure E J Legal description. ssessor.Account Number. F-1 Two snts•(21 cf•working drawings,•whiCh'includo :.':' L1 Structural calculations•.stamped by a Washington State license. engineer may be required FIESIDENTIAL REMODELS:: fl Completed building permit application • 1 Assessor Account Number: we,(2) sets of Working: drawings, which include • ;•: Site plan ►.: (r�rm plus, shay closost hydrOt tacstion. Foundation plan •increee Access to building; stowing Floor plan width and length of ac:se m) :•' Roof . plan • Building elevations (allviews) I Building cross se;aion • tructtiral framing plans, Washington State Energy Code data:::;;: Completed utility permit apple ation I I Sr e (6) sets of site plans showing utiltUes: NOTE: Building site plan aria utility;situ plan may be combined. See utilig• j: arm it,alpciicotion and cheekiest for specific submittal r©quiremiitits: • Additional topographical arid soil i information,stray to required if unique site conditions. cite plan ouiiclation'pian Floor plan Roof plan Building Plovations tall views :.Building cross = section, uucfurel freri•fing •plans NOTE.,lt.nny!iiilit;/ Work (s, to be c one prc'ide ctjlir,• r °�r7N a, Fli altcn : . and plans: mast-lid submitted : ; .. Completed build ng;pormit application Assessor Account Number Narrative describing existing reef:: material; being;remoVed, :arm material being installed NOTE: A aai tiflration latter Is raquirud prior to final .Inspo non and sign• all of the pnrnrit . • zooIj Ut W ,W .C4 Lid J.LITIOS 039 • 86611,LL9O 2 62:60 96 /ZT /TO re.m:t No. Status: ISSUED P,./.:ject: METRO ACCT.: PAY. Address. 12000 EAST MARGINAL LOC6ri00: 1200 EAST MARGINAL ME1P S BASF Parcel #: 734060-0421 Wetlands: Watercou;se: Contraotor: 0,94- 0.3q4 LLTEPINti ::.zueo 11 '29.1995 Apo, Lett e. 07'07/1995 E..pies.- 05 27•199E Slopes: N License No. TENANT METRO ACCOUNTS PAYABLE Phone: L2061634-1334 821 2ND AVE, SEATTLE, WA 93104 OWNER METRO Phone: k2061684-1334 821 2ND AV. SEATTLE WA 98104 ENGINEER CHARLIE REYNOLDS. P.E./ME1R0 Phone: L206)684-1962 821 2ND AV S. SEATILE WA 98104 CONTACT GERRIE •ACKSON/MEIRCL Phone.: 206)684-1334 321 2ND AV S. SEATTLE, WA 98104 4144.4/44444/..4*.***44k4*.4 4' 4.4.4.414.444.444.4444A44*444.4,4• 4 k44,44' 4444444**,1444.4444.4.4141- Additional Description: LAND ALTERING FOR TPENCHING OF 78 CUBIC YDS THIS PROJECT IS ALSO KNOWN AS SOUTH EASE STANDBY POWER MODIFICATIONS. Grading/FJ11 (Vards)-Cut: Permit Fee: Plan Check Fee: Other: Total 'Fees: 33.00 22.50 55.50 73 78 Total: 156 AccoOnt No: 000/322.100.: .Account No: 000/345.830 Account No: 000/366.904 Valuation: .00 .1,4444,1,).4-4kk.k***?,4k***4.444444A.4411A4,An*A444,4,4*4441.41.444.Ablt41,1*.Akkk*kk*4444.4: I hereby certify that I have read and examined this pe(mit and ,know-,the same to be true :and correct, All provisions of law and ordinances-gover:ning this work will be:complted with, whether specified herein'or:not. The granting of this permit does not presume to give authority to viplate or cancel the provisions of, any other state or local laws regulating construotiOn or the performance of work. , I am authorized to sign for and obtain thjs• Land Altering permit. This,permit shall become null and void. if the wori. is not commenced within leo days from the date of isSuance,or if the work is suspended or abandoned for a period of 130 days from the last- inspection. THE APPLICANT MUST NOTIFY THE CITY INSPECTOR OF COMENCEMENT AND COMPLETION OF WOR• AT LEAST 24 HOURS ADVANCE. FOR AN INSPECTION CALL 433-0179. Signature: Date: ---- *******4. k.A.414444' *****k**M*Nk1/4r1;444.*A**A4.44****A*A**444*1 **44************4.***** APPROVED FOR ISSUANCE: JJS Issued Bv: Authorized Permit Cente Signature Date: 4 4* A******kA 444 4****4****4**4.4• 4-4**4.4 A** 404 4 **** 4 4 4%4 4.*** 4 ■ di*A 4M*4 4.4 4 4 Al.• 4 I hereby certify that the permit holder whose name and address appears on this record has satisfacrolil met the standards and oondicions for this project approved herein. eAti, Ft9 rJAl IWIF411PN Final Inspection Approved By: Inspector Signature CITY OF TUKWILA Address: 12000 EAST MARGINAL W Suite: ATTN:GERRIE JACKSON Tenant: METRO ACCOUNTS PAYABLE Type: PW-LA Parcel #: 7'34060-0421 Permit No: PW95-0219 tatus: ISSUED Applied: 07/06/1995 Issued: 11/29•1995 ************'844*4**40,4k1.*4,,,444.41,4k1A8k*.kkl,*8k8kl844.**41.-w-84488k1,448*AA4k8,1, Permit Conditions: 1. Temporary erosion control..measures'shall.Peimplemented as the first order ofbuOness•tCkevent'sedimentation off- site or into existingstorm drainage facilities';'... ..,.."1,. i. ,,,, % 1, .... • I. i 4 .4:t*AA•AAA *4A•A *Ah•thhhk4AA'4' A' kA*: k• h• AA* A' AA ktAkA• ►lk•k•h:kA:AA.k*A*AAA4A kA l:'l' l Y OF TUKW7.L.A. WA 'f RANSM31' A 44•.4 *AhhA'A•kh :k / :'AA•kA i kA**/,* A• *A*:k*1.4AAh:1 * *A*AA*k•.kA *•4 AA *4k•h* *kAk.t*4 T'l:HNSMiT Number: 94001180 Amount: 3,716.10 O9/09/94 13:41. Permit No: 094 »0320 Type: 13-OUILI? uU3:LO,XNG PERMIT. Parcel Na: 734060- 0421 09/09/94 Site Address: 12000 EAST MARGINAL WY S P vment Method: CHECK Notation: METf.CI knit: SAO Ak•.14A'4A *A* AAA* 4A• k•. khhk: k•. k*• hAA*• Ak**• hA*• hh• kkA•kk*:k*'A *A *AA**• * *AkAk•*AA ** Account Code 000/322.100 000/345.830 000/386.904 Description • (WILDING NC)NREG PLAN CHECK Nf1NRES STATE BUILDING SURCHARGE Total (This Payment): Total Fees: Total All Payments: Balance: 3,716.18 3,716.1.8 .00 Paid 0 1,41680.18 w4 „50 0,716.10 GENERA 2249.50 GENERA 1462.18 GENERA 4.50 TOTAL 3716.18 CHECK 3716.18 CHANGE . 0.00 54936'000 15 :28 INSPECTION O. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 9818 INSPECTION RECORD Retain a copy with permit ERMIT NO (20•) 431 -3670 Project: Type of inspect rt: il6rov: .T ,N� Wt16 Date called: , 6 _17 � k cti6ons� R A L �� rVt 51.4AW ( ovi _ g.z. ?NDR- To iN5Figo7010. 1 Date wanted) (0 . cri a,rr _ I lI L N`. Requestery�+g �1i i-)A1v Phone No.: 174 — Z (g'tD Approved per applicable codes. Corrections required prior to approval. f Inspector: Date: ( iks LJ $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection: Receipt No.; • Date; If! I INSPECTION RECORD Retain a copy with permit INSPECTIO NO, CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, TUkwila, WA 98188 PERMIT NO. (206) 431-3670 ror/o, a ,--pse...___, TYPro c119v* 6-i 0.(f'ese6 '2.. ivlarli( 4 S /a___Q Date call / 1';) /9 1./K) -r- 'scitz J)0-16fw‘^ti. Special instructi ns: i • 44 Asrt-W-- Date w7".d:h .,7 / , 6, L..r.-1.. Di lei:- ko cc„. ti.4 itiati.5":0r17. Phone No Approved per applicable codes. orrections required prior to approval. COMMENTS: ff ILZ a-Nv.--2.3 To S 1E, 0 ilsiz i ec?Imi IT--1 • L 1./K) -r- 'scitz J)0-16fw‘^ti. Inspector: Date. I 7 to r--1 I $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must ".%be' paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. •i INSPECTION RECORD Retain a copy with permit INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 9818 1 PERMIT NO. (206) 431 -3670 Projr rn vl) , ( Tp' of ins e ion: M IN dress�Q�f - : E, (Vier S Date ca i Z Jo Special instructions 05k -6Y I k S lu wanted: /11 � p.m. Re ste : Phone No: ,/_0. I 6 Approved per applicable codes. COMMENTS: Corttions req pFio�topbroval. lltr l r'►�►`� Inspector: 1 qkp $42.00 REINSPECTION. FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. IReceipt No.: Date: �.P.:NrtlEr�rN.. t«ti+. ^�i1k��nWWT' >: "v�. ?t Wa:}. r��.K.'.-✓- S�-i.V _1`;�.'7J3�H.. °; ". �S 'INSPECTION RECORD Retain a copy with permit INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 PERMIT NO. (206) 431 -3670 Project: ! y.. *0 -i'r a ÷ cr Type of inspection: c Ar.. c Address: € rnar Date called: �, t_ �-f t Special instructions: (p. �. W ,j • �OV r Date wanted: _ (rti"l ,ek tt Of Requester: Li ,�, Phone No.: -i-1. lob O Approved per applicable codes. COMMENTS: Corrections required prior to approval. S , k Inspector: Date: et $42.00 REINSPECTION FEE REQUIRED.. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: 111) L5 INSPECTION RECORD Retain a copy with permit INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 (t) se LI -c;ozu, PERMIT NO. (206) 431-3670 Prole LI: Pie-rp - _ItA17-1 gA S c. Type of inspection:- 3/-A Address: 1 zi op eAsi-ttnAg6114AL (As Date called:1 - - ci 6 Special instructions: Pou,4 ( 5o A it& ate b5nteti - g 96 7r1h) equester: 146M-1 St-Aue)4T-6Z. figgr*: 9 3 - iolc) Approved per applicable codes. COMMENTS: Corrections required prior to approval. St., I P-Cei-t-1134--- 6'17) J. O . 12-1)C*-14 Mk 11- 0 S' (IT • Inspector: Date: $42.00 REII4SpECTION FEE REQUVIED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite, o:0. Call to schedule reinspection. egelPt.N aiKk;1?4,1:g15',?1!.',.3.7g Date: INSPECTION NO. INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 PERMIT NO. (206) 431 -3670 o ect: -�ti-/ J 5 Type /Qf in e .: WALLS tikir6g: AAAgivniAL vl s ate�called: s _ 2. - l 40 Special instructions: 13bu -g 1 tab A.M _.rriKiN Date wanted r2,"! _9+0 , rerdr5LA u -t- i—p 995- o 10 Approved per applicable codes. COMMENTS: L Corrections required prior to approval. 3 Inspector: Date: Skit)q(, $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: Date: r3 INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 INSPECTION RECORD Retain a copy with permit PERMIT NO (206) 431 -3670 r ct: Type of nl,,o: Address: izio � a5r AAA IA(A- WY Date caned: ^ 13 ...q. a Ni eplIFinstructions. " 141��riE� . _l A) P:�.° : coq Date wanted • Requester: 1-1- one i Itr1li; jo.: Q 3 ' I D I O Approved per applicable codes. Corrections required prior to approval. COMMENTS: S t A A% 1 tJ S Pvi- c .,'`r1 a 12cr S S G Le SyC= '0 , ite .4`r.kt■ w ` ' S a Ni Sire Inspector: , Date :5 , '$42 00; •REINSPECTION FEE REQUIRED. Prior to inspection, fee must et' paidat 6300 Southcenter Blvd;, Suite, 100• Call to schedule reinspection. t Date: `�✓ INSPECTION RECORD Retaih a copy with permit INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 981 PERMIT NO. (206) 431 -3670 PrPro ject• Type f inspec .1...413 ° so �A.J� el ess: ,r F� NIAjiN�l. Wy Date called: ✓- 10- 96 pecial instructions: 6-Aa, IN 17 !T' why, r NifigP P.. g . M. Date wanted '�"_Imo , I ma �' a it 'J p.m. OaS6): 1'1a1 d Approved per applicable codes. COMMENTS: Cot tied $ equired prior,to'eRproval. Inspector / Date: c _b 42;0. INSPECT] N FEE REOUIRED. ' ' Prior to inspection, fee must L'bepaid „at ;6300 Sputhcenter;Blvd ,Suite 100; Call to schedule reinspection. Date: INSPE NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 9818 INSPECTION RECORD Retain a copy with permit PERMIT NO. (206) 431 -3670 Project: Q Type of inspection: 6 Address: I o l Ipat Date called: 6w ( _ �� Special instructions: LQJ� . --) : Do Nr . RUT' 59.Qc\ a\ 1[^05(7. Date wanted: 5— lO ^ci ' ` a.m. Requester: j t Phone No.: 4(13_ to 1 V Approved per applicable codes. Corrections required prior to approval. COMMENTS: r' /2/ Inspector: Date: $42.00 REINSPECTION FEE. REQUIRED. Prior to inspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Receipt No.: • Date: INSPECTION NO, INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 206) 431-3670 Project: 4.Th --r Type of instlegtivotz Dat called: A ate wanted: '(.- a. . Address: f ,z,16) ...i, . Special instructions: youv 6 1 /hp Requester: L....,,L., Phone No.: (44 Approved per applicable codes. COMMENTS: 50 Corrections required prior to approval. c*.)-tT4 j r 4.14 inspect!) qce Date: EaTioN. FEE REQUIRED. Prior to inspection, fee must paid at 6300 Southcenter Blvd, Suite 100 coll to schedule re inspection on. Date: ••• • " „., INSPECTION RECORD Retain a copy with permit INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 9818 PERMIT NO. (206) 431 -3670 Projects ..,ph .�,a,�cr 0 iv -+ t X11 ! r�i1N Type of insp f oe I n: L�NCRq — C�.t a..,...- t r.IS'91/4...:3-6(1 ; Y AIS �.1 (.5 Address: 0 -. MAgli4P , W I S Date called: I g-C1(0 1,x0 Special Instructions: nf5pecla1 C -E.. -7:00 a.m. Date wante _ !q �/ a. . m Requester: " ITj pm.: 3 ` 1ot "Approved per applicable codes. Corrections required prior to approval. COMMENTS: C�.t a..,...- t r.IS'91/4...:3-6(1 ; Y AIS �.1 (.5 pF O. a IF MA t r S c ....N S I ;t, - 1,x0 4' Al. e--Lszrs rn S . Date: ( RJ9 O;MEINSPECTION `,FEE : REQUIRED. Prior to inspection, fee must d *WO .Southcenter Blvd., Suite 1.00.` Call .to schedule reinspection. Lila No; • Date: INSPECTION RECORD Retain a copy with permit INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 PERMIT NO. (206) 431 -3670 Proje,tverczo nip Type of inspection:6LA,6 2- called: 2- - 2. ' _ q o �(a 1 ` dress: T ^ I /4� 1.616 Special instructions: WI;F .11• P Q , : T o o A A Date wanted _9{Q .m. p.m. Requester: K.e. 1 P 'P QG3 - 10 10 Approved per applicable codes. Corrections required prior to approval. COMMENTS: eZ-C■ At.. I hl s('; ='G 4ik— vv-- ( ) , —r++44.." t s OA ►s•J a , ci . Pita awe, s . .'i Inspector; Date:. 4 $42.00 REINSPECTION FEE REQUIRED. Prior to inspection, fee must • be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Recelpt.No�: Date: i; INSPECTION NO. CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 INSPECTION RECORD Retain a copy with permit PERMIT NO. (206) 431 -3670 Project:rtJ Type of inspection: ` (�_ ` _ ,�� Address: Date called: Special instructions: l U 5 Ll T t,`0O n ' m , Pour Date wanted: �. q( •. Requester: (-)34 L `ii: Phone No.: cm , lc) l O pproved per applicable codes. Corrections required prior to approval. COMMENTS: ��IAL 1NStecne te-q)k ISowLnS-0cic.. Id (714 d. f owAa_ C AG/STEA; wI IN Gy-3'C -Or- % S 1ri ! SI t: Ai .a Fti Aix- (-)34 L `ii: SArri P Li /1/4* I Inspector Date: „$42.00 REINSPEQTION FEE. REQUIRED. Prior to inspection, fee must a paid at 6300 Southcenter Blvd., Suite 100. Call to schedule,reinspection. Date: INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 (206) 431 -3670 'r • : NI F"T"'TJt�I�I ypeo ns • : • 7P s. Crit-!l\l er A. A e .+ L A I I` Date Called: M. _ G • _ ► . nstructions: 11t)‘1 S 1.' anted: m-4-1 �, .. � pm. F_ i Phone No.. ti P�IZ\ q (.--1 b I 0 Approved per applicable codes. COMMENTS: ❑ Corrections required prior to approval. $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. C) INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 (206) 431-3670 roe : 'ILIA ip ■ .... ype o ns n: _II r .12— ress: Qiii, k h A , I e :s: Special nstruct ons: WOAk3 w W9 .5 ((A uy6. Date Wanted: 1 I , .— 0 am. .m. Requester: F'hone No.: kApproved per applicable codes. 0 Corrections required prior to approval. COMMENTS: 5e..-Fr-4 AL- I 1,1 .410 (LI ("; • k)' E of' , Inspector: Date: $30.00,F1EINSpECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. Date: , ,• ° INSPECTION RECORD 411) Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 032.0 PERNif NO. (206) 431-3670 •ro e 'ii. 616 WPN1-4,5 la RO — VRIIITIMIIMIIIIMPRias u : • , al nstruct one: IN1 5 Pa)/N.t-- H\5P , ..,J4‘ Date eoi: an t 1 — 2.-1.- a.rTh-71..m. Requester: 1 I-1 liab - lb Approved per applicable codes. COMMENTS: Corrections required prior to approval. AL f his('-11 4-1 g-v"="7■1 'GAZA 0E- (r.Y. 1L050•M■ tk aS,-0 [inspector. Date: , 0 $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, tee must be paid at 000 Southcenter Blvd., Suite 100. Call to schedule reinspection. '777r7 `.. • • 117 • ()) INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 (206) 431-3670 ro phEri2,0 .... 501754 8A...... ype o flS.: n: 1.1AI-A A A IL f ( S 0 si ---(-Itt- , 4/..j\N AddeS 00 E. MAR& ?Mt- Date Called: 11 — —1-ci Sp Instructions: 1A)( S 6PeilIAL, 1/45P. (;) 3 As (Fuwa4:11- 9 am. .m. equester Icsn.1.4 Phe'newa: 2419- 3 1914 Approved per applicable codes. 0 Corrections required prior to approval. COMMENTS: l% H i c_ce"?-/ 1 S' ez--ct A t.— IN Se-cr7Vw... 1.1AI-A A A IL f ( S 0 si ---(-Itt- , 4/..j\N (t &-i? d it+-,70-• -.,. o $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. e: INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Project: // / /'i A. /7d %, t /� Type of Inspection: - ci -c.. 14.14, S / Irma e t 4_ i z . M , c -it7 g 44so, 4.64 s Address 7� A // t�` Date Called: ,0 /u �% iA-7 - d7 { V 4L dig^ `j a i SP Instructions: G S S /4 /V�,„,i- 4 /its �1� ) Date Wanted: c _ / . Dc -L C, cc.. -.4' Cr,u.( Requester: >44 (- 11 i4 Phone No.: 2-V6 -J /�' F( ❑ Approved per applicable codes. ❑ Corrections required prior to approval. CCOOMMENTS: 'f—,'J 7:2, .5,,,I D t' a J ats^r -Lo 14.14, S / Irma e t 4_ i z . M , c -it7 g 44so, 4.64 s ex./ 5./" ci A. T70'( ` r PDe.dr 1.4•Ar-,4 PleeiHy .... Y... ' . :.- GYr ✓�r,, i 4 cea iu /lam /0 0 A 4 l-- ie4`�,l log-- rte ,0 /u �% iA-7 - d7 { V 4L dig^ `j a i i'�2vcv 4.14n.ci 1"4/ 16 u d b c I 7'eW' )1 e d '/ 44, Av f& /Zyaetie") k / S14 &AL .. 4A /' ft2.4.y :1:r� grit �/6itil / . Dc -L C, cc.. -.4' Cr,u.( ❑ $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. ,l - .tiwi�c! ' �i..:.. �1 ':�('.ui����:v�'.rs�.�4�Y��F;: ^�.�'•�.J,{ '.'k'i:C,t.:1ti uY.t'.*�.a..: •.,.. a ?. �.. - . -, -.. ,. 0 INSPECTION RECORD Retain a copy with permit CITY OF TUKWILA BUILDING DIVISION 6300 Southcenter Blvd., #100, Tukwila, WA 98188 Ol� (206) 431 -3670 .rot Mehl, Al 5 L ype o ns, dh c.. -�r�e. Address: r Date Called: Special Instructions: _ Date Wanted: �i -/C -5 S' am. p.m. Requester. Phone No.: ❑ Approved per applicable codes. ❑ Corrections required prior to approval. COMMENTS: %li;S IA.)G*S /S t- 11OA> C ILO ( 11, 1 77,_kt 0. / e ,r0 .4^ elh V / h ,e, A ,549/* CA/10 Gv" f/! had -,47 r.d i S /e-1. e-1-'d eiv (7 . All /-ehq /i9iv. f ./... 1t; •. LO _ ❑ $30.00 REINSPECTION FEE REQUIRED. Prior to reinspection, fee must be paid at 6300 Southcenter Blvd., Suite 100. Call to schedule reinspection. OTTO RO6CNAU & ASSOCIATES, BacEIvED CONSTRUCTION INSPECTION & TESTING 6747 M. L. King Way South • Seattle, WA 98118 (206) 725.4600 • Tacoma 627.4477 • Fax (206) 723.2221 11 December 1996 City of Tukwila Building Division 6200 Southcenter Blvd. Tukwila, Washington 98188 Project: METRO - South Base 12100 East Marginal Way S. PERMIT NUMBER: B94 -0320) Ladies /Gentlemen: DEC 13 1996 COMMUNITY EVELOPMENT; :� We herewith certify that we have completed the following types of inspection and testing on this project. To the best of our knowledge, all work inspected is according to approved plans and specifications. 1. Soil compaction 2. Reinforcing steel (we inspected some, METRO inspected some) 3. Reinforced concrete (in some cases, took samples and slumps only, per METRO) Copies of all reports have been submitted to METRO. If you have not received copies from METRO and need them, please call. Sincerely, OTTO ROSENAU & ASSOCIATES, INC. icce2".. Susan Rosenau -Moser fax c: METRO rrtrr City of Tukwila Fire Department John W. Rants, Mayor TURWILA FIRE DEPARTMENT FINAL APPROVAL FORM Thomas P. Keefe, Fire Chief Permit No. i)ciy- 0 3;20 Project Name 11)1 / / 7 Address /2-• 6100 ' #) ' Ai S Suite # IXIRetain current inspection schedule Needs shift inspection XApproved without correction notice Approved with correction notice issued Sprinklers: Fire Alarm: Hood & Duct: Halon: Monitor: Pre -Fire: Permits: Authorized 'ignatire r ,i S D to FINALAPP.FRM: T.F.D. Form F.P. 85 �7 eadquatters Station: 444 Andover Park East • Tukwila, Washington 98188. • Phone: (206) 57.5-4404 • Fax: (206) 575.4439 (Ll7Y OF TUKWILA Address: 12000 EAST MARGINAL WY S Permit No: B94-0320 Suite: Tenant: METRO TRANSIT CIP Type: B-BUILD Parcel #: 734060-0421 Status: ISSUED Applied: 08/30/1994 Issued: 01y12/1995 +*A44,1.*^^*+*^++^*^+W^*^+++^^+4^^**^+^^+kh+^^1e+*^^^+*4^^^*+^*^*+^^v++^*^+*^ Permit Conditions: ����' l. No changes will be made made,tolia'pjans,JUiless. approved by the Architect or En8ine �� '�nd�th Tukwile 8ml��d]n Di is�o�. 4. Electrical permitshall b bt i through throughs-the..Washington 3. All h the City o.:CTukwila, - 4' All able Until:final inspect:ion: approval-is granted. 5. All St Sec.3 �(�)I>�. / ' _, 6. All t:r btural welding hall be done by W A B O certified, welders and-spenia / ' in spwcce o cuu C uoo. ./3un( o) o/ . 7. Whe' Specia7 inspection �� , . t d either the owner, ardh1teot or engineer-shall',notifyhejukwila Building. Di the in in:,a timely Manner. Reports ,shall „contain addresS., pro]ex:t 1pame, Permit number and type ,of rnspwotion being. per pertprmed 8. The staty to th with aPpittoved plans and specifiCationSandtheapplicable vvorkm8n Sh 9. All structural shall be i l j t cr;p* Sec. 306(a).7. 10' All c0nstrum to be done in conformance with ap plans and re` ments of the Onlform'euilding ^�1:991 Edition) as amemde U if M a Code (1991,Editioni, and Washington State e '' dd ll. Validity of Permit The�1 r approval of plans, specifications, and:joOU 'f,Shall not be con- strued to be a permit for, or an approval of, any violation of any of the provisions of the building code or of any other ordinance of the jurisdiction. No permit presuming to give authority to violate or cancel the provisions of this code shall be valid. June 28, 1995 City of Tukwila John W. Rants, Mayor Department of Community Development Steve Lancaster, Director Mr. Larry R. Underdahl Real Property Manager Metro Environmental Planning and Real Estate Division 821 Second Avenue M/S 120 Seattle, Washington 98104 -1598 Dear Mr. Underdahl: RE: Extension Request for Tukwila Building Permit #B94 -0320 A 180 day extension to the above referenced permit is hereby granted. Please be advised this is the only extension that will be granted for this permit. If substantial work is not started on this project by January 8, 1996, Permit #B94 -0320 will become null and void on that date. If you should have any further questions on this subject please feel free to contact the Permit Center at (206) 431 -3670. Sincerely, ane Griffin Building Official Ikjp 6300 Southcenter Boulevard, Suite #100 • Tukwila, Washington 98188 . • (206) 431.3670 • Fax (206) 4313665 c •1 • , M ET R King County Department of Metropolitan Services • Environmental Planning and Real Estate Division 821 Second Ave., M.S. 120 • Seattle, WA 98104 -1598 • (206) 684 -1165 • Fax (206) 684 -1900 June 19, 1995 Ms. Kelcie Peterson Permit Coordinator Department of Community Development City of Tukwila 6300 Southcenter Boulevard Suite l00 Tukwila, WA 98188 Metro Transit CIP /Metro Contract Number TM18 -94 Dear Ms Peterson: • RECEIVED jik, 2 0 199 COMavIUNI , .r DEVELOPMENT Thank you for your letter of June 12, 1995 informing us of the pending expiration of permit # B94 -0320. The work has not begun due to a change in sequence of similar work at a facility in Bellevue. This a "letter °; will serve as . our official request ;.to extend . the permit. If you have questions please call me at 684-1402. Sincerely, L- rr.i R. Rea ' Property Agent LRU:ce G:TM1894 Recycled Paper 1 City of Tukwila John W. Rants, Mayor Jun 12, 1995 Department of Community Development Steve Lancaster, Director LARRY UNDERDAHL 821 SECOND AV SEATTLE, WA 98104 RE: METRO TRANSIT CIP Dear Permit Holder: Our records indicate that on Jul 11, 1995, one hundred and eighty days will have passed with no inspections having been called for under Tukwila Building Permit Number B94 -0320. Unless you call for an inspection, or obtain a written extension from the Tukwila Building Official prior to that date, your above referenced permit will become null and void on Jul 11, 1995. If your project has been completed please call for final. If you are actively working on it please notify our office. If you have any questions or need further information to obtain an extension on your permit, please call the Tukwila Building Divison at 431 -3670. Sincerely, f / ca-Y Ke l ie Peterson Permit Coordinator Department of Community Development 6300 Southcenter Boulevard, Suite #100 • Tukwila, Washington 98188 • (206) 431-3670 • Fax• (206) 431-3665 4.mETRD King County / Department of Metropolitan Services Exchange Building • 821 Second Avenue • Seattle, WA 98104 -1598 • (206) 684 - 2100 C3100 12 -01 August 22, 1994 City of Tukwila Permit Center Department of Community Development 6300 Southcenter Boulevard #100 Tukwila, WA 98188 Transit Capital Implementation Project South Transit Base Modifications --Bus Lifts, Tailpipe Exhaust Systems, Electronics Shop Attached for, your review and approval, you will find three sets of drawings and technical information regarding modifications of Bus Lifts, Tailpipe Exhaust Systems, and the Electronics Shop at the subject facility. Our target date to solicit bids for this construction is September 30, 1994. We hope that you find this design satisfactory for the issuance of a Building Permit. Thank you in advance for your timely and expeditious review of this submittal. If there are any questions or comments in your review process please contact us directly at 689 -3768. Very trul -urs, ran Ru , II, -' - Project M nager Transit Capital Improvement Project cc: Barry Scott, KCM Larry Underdahl, Metro RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER 0 City of Tukwila FIRE DEPARTMENT 444 Andover Park East Tukwila, Washington 98188 -7661 (206) 575 -4404 Fire Department Review Control #B94 -0320 (510) John W. Rants, Mayor September 29, 1994 Re: Metro Transit C.I.P. - 12000 East Marginal Way South Dear Sir: The attached set of building plans have been reviewed by The Fire Prevention Bureau and are acceptable with the following concerns: 1. The total number of fire extinguishers required for your establishment is calculated at one extinguisher for each 3000 sq. ft. of area. The extinguisher(s) should be of the "All Purpose" (2A, 10B:C) dry chemical type. Travel distance to any fire extinguisher must be 75' or less. (NFPA 10, 3 -1.1) Extinguishers shall be installed on the hangers or in the brackets supplied, mounted in cabinets, or set on shelves (NFPA 10, 1 -6.9), and shall be installed so that the top of the extinguisher is not more than 5 feet above the floor. (NFPA 10, 1 -6.9) Extinguishers shall be located so as to be in plain view (if at all possible), or if not in plain view, they shall be identified with a sign stating, "Fire Extinguisher ", with an arrow pointing to the unit. (NFPA 10, 1 -6.3) (UFC 10.505A) Fire extinguishers require monthly and yearly inspections. They must have a tag or label securely attached that indicates the month and year that the inspection was performed and shall identify the company or person performing the service. (NFPA 10, 4 -3, 4 -4 and 4 -4.3) Every six years, dry chemical and halon type fire extinguishers shall be emptied and subjected to the applicable recharge procedures. (NFPA 10, 4 -4.1) If the required monthly and yearly City Tukwila FIRE DEPARTMENT 444 Andover Park East Tukwila, Washington 98188 -7661 (206) 575 -4404 Page number 2 John W. Rants, Mayor inspections of the fire extinguisher(s) are not accomplished or the inspection tag is not completed, a reputable fire extinguisher service company will be required to conduct these required surveys. (NFPA 10A -4 -4) Maintain fire extinguisher coverage throughout. 2. No point in a sprinklered building may be more than 200 feet from an exit, measured along the path of travel. (UBC 3303(d)) Exit doors shall be openable from the inside without the use of a key or any special knowledge or effort. Exit doors shall not be locked, chained, bolted, barred, latched or otherwise rendered unusable. All locking devices shall be of an approved type. (UFC 12.106(c)) Dead bolts are not allowed on auxiliary exit doors unless the dead bolt is automatically retracted when the door handle is engaged from inside the tenant space. When exit signs are required by The Building Code (see U.B.C. section 3314(A)), additional approved low level exit signs which are internally or externally illuminted, or self - luminous, shall be provided in all interior exit corridors serving guest rooms of hotels in Group R, Division 1 occupancies. The bottom of the sign shall not be less than 6 inches or more than 8 inches above the floor level. For exit doors, the sign shall be on the door or adjacent to the door with the closest edge of the sign within 4 inches of the door frame. (UFC 12.111(e)) 3. Maintain sprinkler coverage per N.F.P.A. 13. Addition /relocation of walls, closets or partitions may require relocating and /or adding sprinkler heads. All new sprinkler systems and all modifications to City (of Tukwila FIRE DEPARTMENT 444 Andover Park East Tukwila, Washington 98188 -7661 (206) 575 -4404 Page number 3 John W. Rants, Mayor existing sprinkler systems shall have fire department review and approval of drawings prior to installation or modification. New sprinkler systems and all modifications to sprinkler systems involving more than 50 heads shall have the written approval of the W.S.R.B., Factory Mutual, Industrial Risk Insurers, Kemper or any other representative designated and /or recognized by The City of Tukwila, prior to submittal to the Tukwila Fire Prevention Bureau. No sprinkler work shall commence without approved drawings. (City Ordinance #1646) 4. All new fire alarm systems or modifications to existing systems shall have the written approval of The Tukwila Fire Prevention Bureau. No work shall commence until a fire department permit has been obtained. (City Ordinance #1646) (UFC 10.503) Maintain square foot coverage of detectors per manufacturer's specifications in all areas including: closets, elevator shafts, top of stairwells, etc. (NFPA 72E, 2 -7.4) (UFC 10.501(a)) 5. All electrical work and equipment shall conform strictly to the standards of The National Electrical Code. (NFPA 70) 6. Required fire resistive construction, including occupancy separations, area separation walls, exterior walls due to location on property, fire resistive requirements based on type of construction, draft stop partitions and roof coverings shall be maintained as specified in the Building Code and Fire Code and shall be properly repaired, restored or replaced when damaged, altered, breached, penetrated, removed or improperly installed. (UFC 10.601) When fire dampers are required to maintain fire resistance of construction, they shall be installed in accordance with their listing and UBC Standard No. 43 -7. (UBC 4306(d)) .1 ! • City of Tukwila FIRE DEPARTMENT 444 Andover Park East Tukwila, Washington 98188 -7661 (206) 575 -4404 Page number 4 John W. Rants, Mayor Fire doors, fire windows and fire dampers shall have a label or other identification showing the fire protection rating. Such label shall be approved and shall be permanently affixed. 7. Accumulation of combustible waste material is prohibited during the demolition phase of this project. Remove and properly dispose of all waste material prior to the close of the working day and as often throughout the day as needed. This review limited to speculative tenant space only - special fire permits may be necessary depending on detailed description of intended use. Any overlooked hazardous condition and /or violation of the adopted Fire or Building Codes does not imply approval of such condition or violation. Yours truly, iteL. 4/(154 The Tukwila Fire Prevention Bureau cc: T.F.D. file ncd ,... , ...,...»,r.,....Kmn. >,....m+..y renv: ors xr, u» z+.u' mk: xw-« rx♦ o+- nr= ror: seanw r:.»tanss,^�*rl.A'.tir,;,y. f`''„} 1E?. SCwtL� `dn,�k".%tn'24'.st,#t^R`3►a,4 NS.;!f77!<311=IMISI• TRANSIT FACILITY IMPROVEMENTS HYDRAULIC LIFT REPLACEMENT STRUCTURAL CALCULATIONS AUGUST 1994 Prepared for: King County Department of Metropolitan Services Exchange Building 821 Second Avenue Seattle, Washington 98104 Prepared by: KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 -1027 (206) 443 -5300 RECEIVED CITY OF .TUKWILA AUG 3 0 1994 PERMIT CENTER TRANSIT FACILITY IMPROVEMENTS HYDRAULIC LIFT REPLACEMENT STRUCTURAL CALCULATIONS AUGUST 1994 Prepared for: King County Department of Metropolitan Services Exchange Building 821 Second Avenue Seattle, Washington 98104 Prepared by: KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 -1027 (206) 443 -5300 RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER CLIENT: K G M PROJECT: HY D R,,-u L I G- Li Fr fZt PLArcEN1 E1JT SUBJECT: I t r)Sx 'To STR.0 G-f U R,/4'U CAr1--CU Llac "r1 01•!S --7-1/P - NA osE RED SuPPoR7 —v—Do 5 — I Tr-* 3 G S 01 — ED ES I GN G12.IT 1-1Pc. 5 1 1 - G Ro urE D >Ze-J of C APArG I TY 21 - GEk 1 1t POST LO Gkr1fl0r15 (1ckt rI- ) 531 -- 11 E T.t- C /1/4-511K/GS. So.UTH-. RASE I'M-S'S U11 ' (i' P A-U. 06E0 _S20 1 = ` i<I5T C� 1i=oUt nk _ I LO, N ;1 1 W 1-1) E L tbAr51".. L 1 FT. 5.301 wR EEL: ...& 5E__.....LI.PT': :S UPPo.2"�:. 5 3 1 1 P I.A r P6121)1 LI P1, : :$ U P PC72T Z31on2C JOB NO, U.1 BY 8 -I ~ck DATE SHEET NO. Client: /1 E77'o Kramer, Chin & Mayo, Inc. CM %/e ca. S t'la -0,1 r Loci S -- e Load • (Z O = 1Sd s'�' ks x32 so: eKt• VQ sio-n� CHECK SC RM., SuRib RAT SUBJECT 'Tvcbs ► SHEET NO. Kramer, Chin & Mayo, Inc. Kcm Client: frlE-7 2o— 2.f i/S/ % Sct:- �7oo A r0 C LSis )( 15/g )(•- 126A mE L ' mtvi ►ntG GV- A►INJ .5; p 1002,6 JOB NO. BY • TIX; ? - SHEET NO. CHECK DATE SHEET NO. Plieekerrinctrit No. 11 -9 1989 -05 -01 - EXHAUST HOSE REEL technical description General description The Nederman spring operated exhaust hose reel is manually controlled and intended for the removal of fumes from all types of vehicles. When the hose has been unwound to the desired length it locks in this position. The locking mechanism releases on further withdrawal, and the hose then automatically re- winds. The reel is mounted on the ceiling or wall, and is connected to a fan or the existing exhaust extraction system. In order to achieve low energy consumption it is possible to install an oniuff switch which automatically stops the fan (or closes the damper) when the hose is in the re -wound position: When in normal use the reel needs no maintenance. Lengthy endurance tests, comparable to 15 years in use, reveal very little wear on the mechanical components. Construction The reel is made up of the following main components: A Drum, consisting of an aluzinc - lined metal cylinder bolted to two metal ends. Inside the drum there is a flexible aluminum pipe, 61/4 ", which is the link between the hose and the swivel. / '/ / / / /i%/,'Y /,' / / // / / / / / /. B Stand, consisting of two aluzinc -lined supports and two zinc- plated steel tubes. C Cassette with springs for the re -wind system. The cassette contains two springs made of special spring steel of the highest quality. D Brake latch. When the hose has been withdrawn to the required length it is held at precisely that position. The brake mechanism is released if the hose is pulled out a little further, and the hose will then rewind automatically. E Hose stop. This can be adjusted so that the hose will hang at any required height. F Hose guide guides the hose on the first revolution of the drum. G Connecting tube of aluminum, flexible, diam. 61/4", length 12 ", to be used in a straight position when bends are needed in the duct system. H Exhaust hose The reel is delivered with one of the following hoses: 16.5 ft. 4 inch hose 16.5 ft. 5 inch hose 24.5 ft. 4 inch hose The hoses are resistant to temperatures of up to 300 °F continuously. In addition there are extension hoses as accessories. Tt t Sf 'Assembly IThe reel is designed for ceiling or wall mounting. The stated mounting height should not be exceeded ifthe optimum re -wind function is to be retained. The reel must be connected to a duct system using the 12 inch Ihose which is included in the product package. in.wg. 16.0 12.0 8.0 vg 4 :0 1 2 3 4 5 6 NM AIM NI MEM FMK= ZIMINIEN1 ',War I."'" 10 200:; °' 400 600 fi► air flow cfm, The diagram shows the drop in pressure over the reel when the hose is fully extended (according to fig. in the diagram). Read off the pressure drop with the following air flows. for cars: 235 cfm for trucks: 600 cfm The graphs represent the reel with the following hose combinations. 1. 16.5 ft. 3 inch hose + 2. 16.5 ft. 3 inch hose + 3. 16.5 ft. 3 inch hose + 4. 16.5 ft. 3 inch hose 5. 16.5 ft. 4 inch hose + 6. 16.5 ft. 4 inch hose + 7. 16.5 ft. 4 inch hose + 8.24 ft. 4 inch hose 9. 16.5 ft. 4 inch hose 10. 16.5 ft. 5 inch hose 16.5 ft. 3 inch hose 8 ft. 3 inch crush proof hose 8 ft. 3 inch hose 8 ft. 3 inch crush proof hose 8 ft. 3 inch hose 8 ft. 4 inch crush proof hose 62 Ferrule Inserts For Suspending, Connecting And Anchoring DAYTON SUPERIOR' F -42 Loop Ferrule Insert Several features make the F -42 Insert particularly useful to the precaster who must make provision for the anchorage of wall panels, the suspension of ceilings, sprinkler systems, plumbing and heating pipes and ductwork, etc. The end of the ferrule opposite the tapped end is closed and will not permit entry of fresh concrete. The wire loops provide anchorage suitable for the bolt size required. '-To. order:.;.' :;Specify (1), quantity, ,(2) type, (3) bolt dia., (4) finish (plain or electro-plated). :.Example: 1,000 pcs. F-42 Loop Ferrule Insert, ' /2 "Dia., Electro- plated. • Maximum Bolt Engagement /..., = .F-42 Loop Ferrule Insert Selection Chart Bolt Die. (NC Thread) Safe Working Load Tension (Ibs.) Concrete Strength 1111 Minimum Edge Distance Maximum Bolt Engagement ` Dimensions " "'' ''• A B C D E •N /M- G ru, !t: yr . },. -+�54, 2� ., _ -,•• �h'ir• 15.00 Y,c:41 •.` -'• r't'•w•'�o. �^ -� „,;.:,-,.,-..f,„,, Y :;irf 3;000.. ^•. �'4 . :'Iii F,: �i /P% r' 5. ni. f+;.'.. .. '' � P:. rf.' 1 IPt.•i2Y,: :j;�'- ��.3/4f1 1, Fa.�:.7` f,l. r ,... .+v'1'1:.. ,. it,•-,,' 1�`•T' 2lir, F. .i �. :. c� ,.r '7.. �•>"+ •: ;t ='4•” " A+/�'arr. t'4 . - der+ 1 ft. /1� .'i ,. - _ 243n ... .. 3i" 1,500 3,000 , 5" 34" 23i" 'A." 1' /s" .243" '/r" t yrt ta "" lk'� I' -. d Ck t• �i+tlwii''5 iG' x :r':' t 500:.,0•,..k ' e',i�. •_ UZ..,.wi8: C; • 1 �3',000k� F_ 1< L'faL• :7 (. ,' f%% „•a, •, 'S - l °' i�y`_,. _e 1^ '� .., v a ' « 7� "><� K ' r K1144 , r a? tz„ -2z1 i 1.... It' 'it . liA,.. ;.. '4'1 ' i Yd* • ,,,,1%..,,,,,. 3!••:„•!....,•'. .243" . :C S�+ "' �• tb" 1,800 3,000 5" 11/4" 31/4" %s" 13" .262" y1" O ,., } , " ? tat �/i. , •. 7r,� .. ti,c� .•' f ,,. .. r \ •''4;. V4t t t1 B00` ! ':.n' w•k)rKB►.'t,tt.• - 11}11�>`+ ¢, 3;000Fi' D M1t : .0•i!' . 1� :�f : 1i4.' • 11�. 4! j -'lti. ��5 ;".: -: • 4.15u. ,F •n;•t'x, t;c, n.. �!y ��i¢i `4,R. ,`1'Pr ,Ifi .r. .,� • Q.{;i ,,rwP:.iy r: t� /' .Yf.!�. 1 9;#t^G ^,•i4.fy am' t:' .�•S r! .•': a�.+ ± s Y': 5� - a', =n,x;' : i �, ' �y... ..":.I.,:-.::.4, ` 26Z' ,.= r ;..,.;c• va_ (i .. ... A Vs" 4,000 3,000 8" 11/4" 8" 1 W' 13/4" .375" 11/4" • ..t r'^ 9.. 1/ t'ri ) ' f t r Tip, "9"`tVH.1. / 4 � `.07. l,�;,:C,S� 11. 4' y ' - . '; l 3 't �:Y fSGf; ' iM.�t. Nn� 6 g. i ! :•'YL: .. ., �%Ls, : :I,A4- 4'.� :x y " 31/41l'11i ' ' :375 1 teS.• iis', '/shtN � S.W.L. are based on 1/2" setback f om face of concrete. S.W.L. provide a safety factor of approximately 4 to 1 in normal weight concrete. For NC Threaded Bolt capacities, see page 13. WARNING': Refer to the information on pages 2 through 16 before using the safe working loads shown in the above chart. F -43 Plain Ferrule Insert 1 Maximum Bolt Engagement LL . IIIIIII�11 Plain Ferrules (without loops) can be furnished for fabricating special inserts on the job. Dimensions for the ferrule are shown above. Note: All ferrules are made with a knock -out area in the closed bottom. When knocked out, the hole will accept an 8 -32 self tapping screw. �-Une SYMMS ® I 1$ B22 CHANNEL 4--1 5/8" r� (41.3) B22 WEIGHT: 1.90 Lbs. /Ft. (2.83 kg /m) THICKNESS: 12 Gauge (2,6 mm) STANDARD LENGTHS: 10' (3.05 m) & 20' (6.09 m) FINISHES: Plain, Dura -Green Epoxy and Pre - Galvanized 3/8" _0 (9.5) 15/8" X (41.3) _01 .8125 (20.6) 7 (22.2) 3/8" (9.5) Y 9/32" �� �� (7.1) `Z .7189 (18.2) SECTION PROPERTIES X - X Axis Y - Y Axis Areas of Moment of Section Radius of Moment of Section Radius of Channel Weight Section Inertia (I) Modulus (S.) Gyration (R) Inertia (1) Modulus (S) Gyration (R) lbs. /ft. kg /m sq. in. cm2 In.4 cm4 in.3 cm3 in. cm in.4 cm4 In.3 cm3 in. cm B22 1.90 2.83 .559 3.61 .1850 7.70 .2042 3.34 .580 1.47 .2340 9.74 .2880 4.72 .653 1.66 B22A 3.80 5.65 1.118 7.21 .9379 39.04- .5772 9.46 .924 2.34 .4681 19.48 .5761 -9.44: .653 1.66 B22X 6.70 9.97 1.950 12.58 4.1279 171.81 1.6935 27.75 1.450 3.68 1.1069 46.07 1.2064 19:77 .751 1.91 Calculations of section properties are based on metal thicknesses as determined by the AISI Cold•Fonned Steel Design Manual. B22A COMBINATION Wt. 3.80 Lbs. /Ft. (5.65 kg /m) 20 .812 (20.6) X Y I 1.625 (41.3) X Y 1 5/8"� (41.3) 3 1/4" (82.5) 4 - raoS -`i 1 1.625 (41.3) 3 1/4•_*. (82.5) B22B3 Wt. 5.70 Lbs. /Ft. (8.48 kg /m) B22D Wt. 3.80 Lbs. /Ft. (5.65 kg /m) 1.625 (41.3) 3 /4• (82.5) .812 (20.6) 1 5/8' B22C (41.3) Wt. 3.80 Lbs. /Ft. (5.65 kg /m) 2.437 (61.9) 4 7/8• (123.8) (21.4) 1 5/8• 844 B22C3 (41.3) Wt. 5.70 Lbs. /Ft. (8.48 kg /m) x 1.625 (41.3) 4 7/8' (123.8) 3 1/4" (82.5) 4 7/8• (123.8) .781 .765 (19.4) (19.8) 1 5/8' (41.3) B22D3 Wt. 5.70 Lbs. /Ft. (8.48 kg /m) B22E Wt. 3.80 Lbs./Ft. (5.65 kg/m) 1.172 t- .'..i. (29,7)1.730 ' eirl (43.9) Y 1.795 C .105 2.000 Y (45.6) (2.6) r (50.8) 143/16' 4' -(`171 ) B22LPL Wt. 2.90 Lbs. /Ft. (4.31 kg /m) 4" (101.6) 1 1.236 l (31.4) 1.730 (43.9) L.105 (2.6) B22PL Wt. 3.35 Lbs. /Ft. (4.98 kg /m) (20.61 .812 Y 1 5/8• Lb_ B22E3 (41.3) Wt. 5.70 Lbs. /Ft. (8.48 kg /m) 4 7/8• (123.8) .917 Y (23.3) 1.835 (46.6) B22X Wt. 6.70 Lbs. /Ft. (9.97 kg /m) 21 MN B•line swum B22 BEAM LOADING DATA Beam In. Span mm Channel Style Lbs. Uniform Load N and Deflection In. mm Uniform 1 / 240 Lbs. Load (@ Span N Deflection 1 / 360 Lbs. = Span N 822 3404 15142 .014 .35 3404 15142 3404 15142 12 305 B22A 2610' 11610 .002 .05 2610' 11610 2610' 11610 B22X 5790' 25755 .001 .02 5790' 25755 5790' 25755 B22 2269 10093 .031 .79 2269 10093 2269 10093 18 457 B22A 2610' 11610 .007 .18 2610' 11610 2610' 11610 B22X 5790' 25755 .003 .07 5790' 25755 5790' 25755 B22 1702 7571 .056 1.42 1702 7571 1702 7571 24 609 822A 2610' 11610 .017 .43 2610' 11610 2610' 11610 822X 5790' 25755 .008 .20 5790' 25755 5790'. 25755 B22 1361 6054 .087 2.21 1361 6054 1294 5756 30 762 B22A 2610' 11610 .033 .84 2610' 11610 2610' 11610 B22X 5790' 25755 .017 .43 5790' 25755 5790' 25755 822 1135 5049 .126 3.20 1135 5049 899 3999 36 914 B22A 2610' 11610 .057 1.45 2610' 11610 2610' 11610 B22X 5790' 25755 .029 .73 5790' 25755 5790' 25755 B22 972 4323 .172 4.37 972 4323 660 2936 42 1067 B22A 2610' 11610 .091 2.31 2610' 11610 2610' 11610 B22X 5790' 25755 .046 1.17 5790' 25755 5790' 25755 B22 851 3785 .224 5.69 758 3372 505 2246 48 1219 B22A 2405 10698 .125 3.17 2405 10698 2405 10698 B22X 5790' 25755 .068 1.73 5790' 25755 5790' 25755 B22 756 3363 .284 7.21 599 2664 399 1775 54 1371 B22A 2138 9510 .158 4.01 2138 9510 2024 9003 B22X 5790' 25755 .097 2.46 5790' 25775 5790' 25755 822 681 3029 .351 8.91 485 . 2157 323 1437 60 1524 B22A 1924 8558 .195 4.95 1924 8558 1640 7295 B22X 5645 25110 .130 3.30 5645 25110 5645 25110 B22 619 2753 .424 10.77 1 401 1784 267 1187 66 1676 ' B22A 1749 7780' .. .236 5.99 1749 7780 1355 6027 B22X 5132 22828 .153 4.01 5132 22828 5132 22828 B22 567 2522"..; .505 12.83 337 1499 225 1001 72 1829 B22A 1603 .7130' .281 7.14 1603 7130 1139 5066 B22X 4704 20924. -, .188 4.77 ' ' 4704 20924 4704 20924 822 524 2331 .. .593 15.06 ' 287 1276 191 849 78 1981 B22A 1480 6583 .330 8.38 . 1455 6472 970 4315 B22X 4342 19314 .220 5.59 : 4342 19314 4270 18994 822 486 2162 . .687 '17.45 - 248 1103 165 734 84 2133 822A 1374 6112 •.. .383 9.73 1255 5582 837 3723 B22X 4032 17935 ' .255 6.48 4032 17935 3682 16378 B22 454 2019 .789 20.04 216 961 144 640 90 2286 B22A 1283 5707 .440 11.17 1093 4862 •. 729 3243 B22X 3763 16738 , .293 7.44 3763 16738 3207 14265 B22 425 1890 .898 22.81 190 845 '.: 126 560 96 2438 1322A 1202 5347 .500 12.70 961 4275 640 2847 1122X 3528 15693 .334 8.48' 3528 15693 .. 2819 12539 B22 400 1779 1.013 25.73 168 747.. 112 498 102 2591 B22A 1132 5035 .565 14.35 851 3785 :.. 567 2522 • B22X 3320 14768 .377 9.57 3320 14768 :'" 2497 11107 B22 378 1681 1.136 28.85 150 667 100 445 108 2743 B22A 1069 4755 .633 16.08 759 3376 "% 506 2251 B22X 3136 13949 .422 10.72 3136 13949 2227 9906 B22 358 1592 1.266 32.15 134 596 : 90 400 114 2895 B22A 1013 4506 .706 17.93 681 3029 454 2019 B22X 2971 13215 .471 11.96 2971 13215 1999 8892 B22 340 1512 1.403 35.63 121 538 81 360 120 3048 B22A 962 4279 .782 19.86 615 2735 410 1824 B22X 2822 12553 .521 13.23 2706 12037 1804 8024 Based on simple beam condition using an allowable design stress of 25000 psi (172 MPa) with adequate lateral bracing. To determine concentrated load capacity at mid span, multiply uniform load by 0.5 and corresponding deflection by 0.8. 22 'Limited by spot weld shear. -rv)oS -9 B22 COLUMN LOADING DATA Unbraced Height In. mm. Channel We Max. Loaded C.G. Lbs. Column Loading ® N K = Loaded Slot Lbs. .80 Face N K =.65 Lbs. Max. Column N Loading K = Lbs. (Loaded 1.0 N @ C.G.) K = Lbs. / 1.2 N B22 10454 46502 4276 19020 10598 47142 10222 45470 9950 44260 12 305 B22A 21625 96193 7002 31146 21677 96424 21539 95810 21433 95339 B22X 46948 208835 18975 84405 47061 209338 46761 208003 46531 206980 B22 9950 44260 4153 18473 10253 45607 9481 42173 8955 39834 18 457 B22A 21433 95339 6959 30955 21551 95863 21239 94476 21001 93417 B22X 46531 206980 18859 83899 46787 208119 46110 205107 45593 202808 B22 9311 41417 3993 17762 9801 43597 8582 38174 7801 34700 24 609 B22A 21164 94142 6898 30684 21373 95072 20819 92607 20397 90730 B22X 45947 204382 18693 84440 46401 206402 45198 201051 44282 196976 B22 8582 38174 3802 16912 9268 41226 7601 33811 6595 29336 30 762 B22A 20819 92607 6821 30341 21145 94057 20279 90205 19619 87269 B22X 45198 201051 18485 82225 45906 204200 44026 195837 42593 189463 B22 7801 34700 3589 15964 8676 38593 6595 29336 5392 23985 36 914 B22A 20397 90730 6728 29927 20866 92816 19619 87269 18669 83044 B22X 44282 196976 18233 81104 45300 201504 42593 189463 40530 180286 822 6998 31128 3360 14946 8048 35799 5595 24888 4444 19768 42 1067 822A 19898 88511 6620 29447 20537 91353 18840 83804 17546 78048 B22X 43198 192154 17940 79801 44586 198328 40901 181937 38092 169441 822 6193 27548 3118 13869 7401 32921 4718 20987 3791 16863 48 1219 822A 19322 85948 6496 28895 20157 89663 17940 79801 16251 72288 B22X 41948 186594 17604 78306 43761 194658 38948 173254 35281 156938 822 5392 23985 2864 12740 6746 30008 4090 18193 3310 14723 54 1371 B22A 18669 83044 6263 27859 19726 87745 16920 75264 14782 '65753 B22X 40530 180286 16973 75499 42825 190495 36733 163396 32092 142752 B22 4718 20987 2631 11703 6093 27103 3616 16085 2936 ' 13060 60 1524 B22A 17940 79801 5340 23753 19244 85601 15781 70197 13141 58454 • 822X 38948 173249 14471 64370 41779 185842 34260 152396 28529 126903 B22 4202 18691 2434 10827 5441 24203 3242 14421 2634 x11716 66 1676 B22A 17134 76216 4587 20404 18712 83235 14521 64592 11328 ''50389 822X 37198 165465 12431 55296 40624 J 180704 31525 140230 24593 109395 B22 3791 16863 2264 10071 4869 21658 2936 13060 2381 10591 72 1829 822A 16251 72288 3968 17650 18129 80642 13141 58454 9524 "42365 B22X 35281 156938 10753 47832 39358 175073 28529 126903 20676 91971 822 3456 15373 2116 9412 4412 19625 2680 11921 2166 9635 78 1981 B22A 15291 68018 3456 15373 17496 77826 11642 51786 8115 36097 1322X 33197 147667 9366 41662 37984 168961 25275 112429 17617 78364 822 3176 14127 1984 8825 4037 17957 2461 10947 1980 8807 84 2133 B22A 14255 63409 3028 13469 16812 74783 10076 44820 6998 31128 B22X 30947 137659 8206 36502 36499 162355 21875 97305 15192 67577 B22 2936 13060 1867 8305 3724 16565 2270 10097 1816 8078 90 2286 B22A 13141 58454 2667 11863 16077 71514 8778 39046 6096 27116 B22X 28529 126903 7227 32147 34903 155256 19057 84770 13234 58868 0 822 2728 16583 1761 7833 3456 15373 2101 9346 1671 7433 96 2438 B22A 11951 53160 2359 10493 15291 68018 7715 34318 5357 23829 822X 25945 115409 6393 28437 33197 147667 16749 74503 11630 51733 822 2545 11321 1664 7402 3225 14345 1951 8678 1542" 68599 102 2591 B22A 10678 47498 2093 9310 14455 64299 6834 30399 4746 21111 822X 23182 103118 5672 25230 31382 139594 14836 65994 10303 45830 822 2381 10591 1575 7006 3022 13442 1816 8078 1426** 6343 108 2743 822A 9524 42365 1867 8305 13568 60353 6096 27116 4233 18829 822X 20676 91971 5059 22503 29456 131027 13234 58868 9190 40879 822 2234 9937 1494 6645 2842 12642 1694 7535 1322" 5880 114 2895 822A 8548 38023 1675 7451 12630 56181 5471 24336 3799** 16899 822X 18558 82550 4539 20190 27420 121970 11877 52831 8247 36684 822 2101 9346 1418- 6307 2680 11921 1583** 7041 1228** 5462 120 3048 B22A 7715 34318 1512 6726 11642 51786 4937 21961 3429“ 15253 B22X 16749 74503 4097 18224 25275 112429 10718 47676 7444 33112 rtastr — ---- -- 111•M■ Column loads assume no lateral support. KL exceeds 200 TOOSIn 23 CLIENT: KC. r H .5 PROJECT: HypRim. pr Raz 04127-1adr SUBJECT: 112k„--S kJ CA. 1 Ttle /4 1763/6 to Cope' 06 /9/ • STE-er- 4-36P • cow c., c*-- 4-000 Ps/ RENF A- 6 /5 61;4-DE Go PE316k/ hokt) • L / ye 1,0427 171.5-2-0 o R.. 406 P SP • • NY.0,024tici k/r-r° ; / Van c/9-e■ 60,00o (1AiGi. /141,011-cr.) Gt. /gm-cr., • 4; -..,D5/6A • • • f • • • 5 r 5 ,Q-r7 ifE 14.4414Ve //9:(:d •1? 2 SOS .g• • .•.; I • g pc /0 1)6, p jp . ..... Q.. • ..: L.' . . . 1 4-ksr IM-56 ArTIA-la Akse • :P$ • t: . V.* it Cit) ---41)6Exchtsrd-----pi 42j'..-. 1 , . , 5 ' • • I , • • • , . .5■.. , 1 ; . . 5 r r r • r • t 5 r 5 5 • r • . ' . : . 5. • ..' r- , ; ;• ; • : , ; • "--.....:. • .'•....-1-....7.1.-1' • ---.1.' ' • . - ......._ ••••••-..-• "---,-;-■------,--i-- •• ■.: • • . r; . , : : . . . • . • 1 . • 1 . : ■ : . , • . 1 :: • 1 - -.--; ' • •'-' ". -1- -- " : -1 - f -1- 1. ••• ; ..' . . : T ' . • ; , , ; . . • , ; • . ..• .2 .. i • . . . . ■ : 1 • . . : ; . ; 1 • I ! • : , • ; ..... •,.. ; „ '' , ' : - ... - . ; : , ; i - - 1; , ; : • , - 1 - ` : : , , f ‘ i i ; : , I , ; : • , : , 1 ''' i ; ''' i"- --1 ; : ; • • , , • . •• •• •... ..• "..... • : • : - 1- - i T --'; . • : : 1 . I • ; . : i ' ; ' : ; ' 1 *; • , • 1 ‘; , •• • _ • .. , . ; :;- • :• • : 1-- -r- ;'- .--'' ..-. •7•-• • • 23/0026 -4o9- JOB NO. 14/6" BY - 91. r- 5,o/. DATE SHEET NO. t. oc3-ruc-) PAAS bcr J 0 wrS. A-5Sur1 e 4-4-3" (WO frizoH 141 GrI 11.)C.. Ucc% 1.4.11 C-1 o0. INrzo AITA-41-1-r73) 12? PrL. (6/5" di. )c Set 1%,t1P 1-1-otA) (A. PILoP' Lsrt4 o s" Peri' HoLe) (00 ,4..si) rtiz. 6.014 %to =I 12,0 K.Ies - 'F5 1.52* ee/awxim...b ,• y • • • • , • .• • • , • 1 • BY DATE SHEET NO. The Hilti HIT C -100 System: Solid Base Materials Product Details Fastener Components: HFA Insert HAS Rod/ Threaded Rod aNNIIIIMINIMMISON Reber (supplied by contractor) WHAT IT DOES The HIT C -100 system is an efficient and economical method to anchor Into solid base materials such as concrete, grout, stone and solid masonry. It has been successfully used for dowelling threaded rod, bent rebar, and smooth dowels to concrete. In addition, it has been used to anchor the HFA internally threaded insert, eyebolts, and steel cable into diverse solid base materials such as cut stone and rock. There are 4 basic components to the HIT C -100 system: • HIT C -100 adhesive, • HIT dispenser, • Fastener, • Drill and bit. HOW IT WORKS The C100 adhesive cartridge contains parallel tubes of resin and hardener. They are dispensed through a mixing tube which Insures proper mixing and eliminates any possibility of measuring errors. The dispenser has a dual piston system to ensure the accurate dispensing of the resin and hardener. The mixed adhesive is injected directly into the hole drilled in the solid base material. HOW IT HOLDS The C -100 system obtains its holding value from bonding. The viscosity of C -100 permits it to be used in horizontal dowelling applications. The vinylester blended adhesive allows C -100 to cure in relatively short periods of time over a wide range of temperatures while maintaining superior aging stability and weathering resistance. Specification Table: HIT C -100 Cartridge: Solid Base Material Smooth Epoxy Coated Dowel (supplied by contractor) Eye Bolt (supplied by contractor) . Steel Cable (supplied by contractor) Fastener Anchor Size Drill Bit Diameter Recommended Hilti Bits Description Standard Embed- ment Approx. Fastenings/ Small Cartridge Approx. Fastenings/ Large Cartridge Threaded 1/4" she" TE•C+ -she" x 6" 3" 55-70 187 -238 Rod ale" The" TE•C +•7he" x 6" 31/2" 35-40 119.136 1/2" She" TE- C + -9 /'e" x 12" 41/4" 20 -25 68.85 3/e" "he" TE- C +- 11 /1e" x 12" 5" 10 -15 34-51 3/4" '3/ie" TE- C + -13he" x 18" 83/a" 6-8 20.27 'le" 13/16 "(24mm) TE- FY24mmx32cm 63/6" 6-8 20-27 1" 11/is" TE -FY 1' /1e" x 17" 81/4" 4 -5 13 -17 Reber' #3 or ale" 1/2" TE -C + -' /2" x 6" 31/2" 30.35 102-119 #4 or 1/2" 3/a" TE -C +-s/e" x 8" 41/4" 20 -25 68 -85 #5 orals" 3/4" TE -C +44" x 8" 5" 10 -15 34-51 #6 or 3/4" V /a" TE -C + -7 /a" x 10" 65/a" 7 -9 24-30 07 or 7/a" 1" TE•FY 1" x 13" 63/6" 6-8 20-27 #8 or 1" 11 /e" TE -FY 1'/9" x 17" 81/4" 45 13 -17 #9 or 11/6" 13/16" TE -FY 13/16" x 17" 81/4" 2-3 7 -10 #10 or 11/4" 1316" TE•FY 13 6" X 23" 12" 2 7 HFA 3/a" 3/e" TE -C+ -she" x 12" 31/2" 40 144 1 /2" 11 /16" TE -C +-11/1e" x 12" 41/4" 30 108 3/e" 1" TE•FY 1" x 13" 5" 10 36 3/4" 11 /e" TE -FY 11 /e" x 17" 63/e" 7 25 Smooth 1" 11/16" rE•FY 1' /'e" x 17" 9" 6-8 20 -27 Epoxy 11/4" 13/16" TE -FY 13/16" x 17" 9" 5-6 17-20 Coated 11/2" 19/1s" TE -FY 1"/w" x 23" 9" 5-6 17-20 NOTES 1. Reber diameter may vary. Use smallest drill bit which will accommodate rebar, in no event more than Vs" bigger diameter than the actual rebar. The witnessed teats for threaded rod in grouted blocks, rebar In concrete and smooth epoxy coated dowel bar In concrete have been tested using the above mentioned drill bits. s -12 75 alcjE(gjc' The Hilti HIT C -100 System: Solid Base Material HIT C -100 System: Volume Chart INTO Solid Base continued Threaded Rod Installation Rod Diameter (In) Drill alt Diameter (In) Adhesive Volume Required Per Inch of Embedment (In3) 1/4 3/1e .055 31e ' /1e .095 1/2 °/1 a .126 5/8 11/18 .184 3/4 13/1 a .261 7/e 15/16 .272 1 11/1e .318 11/4 15/18 .497 Example: Determine approximate fastenings for e%" rod embedded 10" deep. 10•.184 1284 in3 11.6 _ 1.84 ti 6 fastenings per small cartridge Rebar installation Rod Diameter (in) Drill Bit' Diameter (in) Adhesive Volume Required Per Inch of Embedment (in3) #3 or 3/e" /2" .105 #4 or 1/2" e/e" .131 #5 or 5/8" We .176 #6 or 3/4" 7/8" .218 #7 or 7 /a" 1" .236 #8 or 1" 11/8" .284 #9 or 11 /e" 18/18" .466 #10 or 11/4" 13/a" .433 NOTE: Useable volume of HIT small cartridge is 11.6 in3. Useable volume of HIT large cartridge is 41.9 in3. Rebar diameter may vary. Use smallest drill bit which will accommo- date rebar, in no event more than 1fe" bigger diameter than the actual rebar. Installation Instructions Select the proper bit. Set the depth Proper hole cleaning is essential. Use compressed air to blow out hole. Cut open cartridge with a small saw Screw on mixer. gauge. Drill the hole. Use a nylon brush to remove loose The Hilh air nozzle is designed for or utility knife. The large cartridge Is material. hole cleaning. sell opening. For deeper holes attach filler tube. Install the adhesive cartridge in the dispenser. Dispense adhesive Into hole about St lull. NOTE: The first 1' of resin which flows out of the mixer tube of a new cartridge should be discarded. nsert slowly, turning the threaded rod rebar or dowel rod. IMPORTANT: Rods phould not be loaded before cure time is complete. See Gel Time /Cure Time Table. Gel Times and Cure Times HIT C -100 Temperature °F Open Gel Time Curing Time 23 45 Min. 6 Hrs. 32 25 Min. 3 Hrs. 41 12 Min. 11/2 Hrs. 68 4 Min. 45 Min. 86 3 Min. 25 Min. 104 2 Min. 15 Min. IMPORTANT NOTE: Temperatures listed above refer to the base material temperature, not ambient air temperature. 76 s� 3 The Hilti HIT C -100 System: Solid Base Material continued HIT C -100 System: Ultimate & Allowable Tension and Shear Values HFA Inserts in Concrete > 2000 PSI Anchor Embedment Allowable Allowable Diameter Depth Tensile Working Shear Working (Inches) (Inches) Load (Iba) Load (Iba) 31a" 31/2" 1270 2080 1/2" 41/4" 2050 2835 a!e" 5" 2670 5055 3/4" 65/a" 4280 7315 Threaded Rods in Concrete C -100 Tensile Data: Concrete > 2300 PSI Anchor Diameter (Inches) Embedment Depth (Inches) Ultimate Bond Strength (Ibs) Allowable Bond Strength (lbs) Ultimate Shear Load 0 Std. Emb. (Iba) Allowable Shear Load ® Std. Emb. (Iba) 3/8 13/4 2800 460 — — 3r13 31/z 5450 1270 4015 1070 3/a 51/4 8050 1880 — — 1/2 21 /e 4000 870 — — 1/2 41/4 8800 2050 7850 2090 1/2 63/e 13800 3170 — — 5/a 21/2 5500 920 — — Na 5 11450 2670 11240 . 3000 Na 71/2 17500 4080 — — 3/4 33/e 8700 1450 — — 3/4 65/e 10350 4280 18010 4800 3/4 10 28000 8530 — — 7/e 33/e 10050 1880 — — r/a 65/a 19850 4630 23805 6350 7/a 10 29850 6920 — . — 1 41/s 13000 2170 — — 1 81/4 31500 7350 28815 7830 1 123/a 50000 11870 — — Rebar in Concrete C -100 Tensile Data: Concrete > 2300 PSI Nominal Reber Size Embedment Depth (inches) Ultimate Bond Strength (Iba) Embedment to Develop Yield Strength' (Inches) Embedment to Develop Tensile Strength' (Inches) 13/4 3400 03 or 3/s" 31/2 8800 31/2 51/4 51/4 10200 21/a 4300 N4 or 112" 41/4• 10000 5 71/4 63/a • 15700 21k 8000 N5 or 4'e" 5 14000 61/2 93/e 7112 22000 33/s 9000 06 or 3/4" 63/2 20000 85/e 13 10 31000 33/e 10000 • k7 or 1/e" 85/s 22000 10112 151k 10 34000 41/2 17000 #8 or 1' 81/4 35000 11112 171/4 123/e 53000 5 22000 09 or i l/s" 10 45000 131/4 20 15 88000 8 30000 010 or 11/4" 12 60000 151/4 23 18 90000 'Steel strength based on nominal cross - sectional area of roba , grade 80. Note: Recommend concrete member to be checked to Insure that It Is capable of resisting the applied load. S /4- 77 . The Hilti HIT C -100 System: Solid Base Materials Threaded Rods in Grouted Block Allowable Working Load for HIT Dowelling System In Grout Filled C-90 Block Anchor Size Embed, Depth (Inches) Allowable Tensile Working Load (Ibej Allowable Shear Working Load (Ibej 3/s 112 °fo 3/4 31/2 4114 5 8fls 580 720 810 1590 890 1620 2430 2750 Smooth Epoxy Coated Dowel Bars In Concrete Anchor Diameter (Inches) Embedment Depth (inches) Ultimate Tensile Load fibs) 1 ",1114 ",1112" 9 30,000 Concrete compressive strength > 2300 PSI Listings International Conference of Building Officials (ICBO) #4419 Southern Building Code Congress International (SBCCI) #8913 City of Los Angeles (COLA) #24919 Suggested Specification: INTO try Solid Bass continued Dowelling Adhesive — Dowelling adhesive shall be a two- component vinyl ester blend resin, contained in two plastic cartridges separating the resin from the hardener supplied as HIT C -100 Adhesive by Hilti Fastening Systems, P.O. Box 21148,1Uisa, OK 74121. Installation — Adhesive shall be dispensed through a static mixer nozzle Into holes drilled with Hilti carbide tipped drill bits. Dowels shall be installed per manufacturer's recommendations. 78 S/57 CLIENT: MEI 2.0 PROJECT: t-} `( t:2R.AUL. I G G t r SUBJECT: CEN cbST Lac r -hoot. - ■H- L BA-5E L r C E"),) Tr..-R. Po sr L 0 f,,A,i1 ()I d Fi2o-i 4 ' . c " 4 N 38' -- (11/2 500 TH- PM-y M..Q 3.81 - 1Y-2, .... I ,.¢tt f•,l 1992 LOCAT►OP.J I.. svxj :: 1,4-•f PI MJ L;.c, ...; L 1 FY _ _ r i2 : Posr . ,.. P L ook T.-L.P _ _. :Yo Psi.: e'X1s'T11.--1U G ?.... Po5T':_'l.ocArrI0P? 25/o02f, -40¢ JOB NO. w C� BY DATE S2./ SHEET NO. NEENAH 70 FOUNDRY COMPANY Note: Bolting pads reduce effective clear (Dimension C) by 2" to 3:' 53/ opening HEAVY DUTY Catalog Dimensions in inches No. A I B I G I H Rectangular — Heavy Duty (Cont'd.) Wt. Grate Lbs. Tvoe R -4450 R 450 -A R -4451 R -4454 R•4460 4 13/4 1x462 1 70 A 12x24 12x24 12x26 12x30 13/4 2 11/2 2 2x2 1 %2x333 1/2x111,2 11/4x4 1 ii 1 85 60 120 A C C A R -4462 12x353/4 13/2 34x9 1 115 8 R -4470 12x48 13 1x41 2 1 160 A R -4490 13x23 11/2 2x5 1 40 A R4525 14x24 2 1x51: 1 95 A R•4530 141/2x22 2 11/2x51.2 1':i 95 A R -4531 141/2x231/2 1 1x5 1 N qta • 0 u. UC U. U. 00 A R•4540 14/2x261/2 2 21/4x4 1 C R•4541 141/2x28 11/4 1 /4x5 1' 4 A R -4544 141/2x373/4 144 2x5.13 1'4 A R -4545 14Y2x48 13/4 11/4x5 1 4 A R -4548 15x201/2 11 2x2 1.4 60 A R•4570.1 15x23 134 1;/2x512 1's 90 A R-4570-2 15x237/e 11/2 1x6 1 30 A R4573 15x30 21/ 11/2x51,2 1 175 A R- 4575•A 15x36 13/4 '3 /i6x6:2 44, 120 A R -4579 151/4x23 11/4 11/2x514 11/2 100 A R•4583 151/2x221/4 13/4 13/4x51/2 11/2 95 A R -4584 151/2x36 13/4 l Y2x51•i 11/2 165 A R -4585 151/2x39 13/4 11/2x51/2 a 11 140 A R -4586 1538x36 13/4 11/2x51 112 155 A R -4600 16x23 2 11/4x33/4 1 120 A 11.4603 -A 16x24 11/e 3/4x51/2 1 75 A 11.4604 16x24 11/2 2x4 1/2 75 C R4604 -C 16x24 2 2x5 2 135 A R -4604 -D 16x24 21/2 21/2x61/2 3/4 120 A 1-4608 161/2x 193/4 1112 11/4x6 1 80 A ;4610 161/2x22 13/4 11/2x4 1 95 A R -4620 17x19 2 11/4x41/4 11/2 90 A R-4630 17x20 11/ 11/x61/2 1 90 C R4632 17x21 2 13.6x83/4 1 105 C R-4640 17x21 Y2 1:4 21/2x41/4 1 80 A R- 4641 -A 17x24 2 1x7 %' 100 A R- 4641 -C 17x24 2 1x6 1/2 1 120 C P 4641 -F 17x34 11/2 1 1/2x624 1 120 A R4649 171/4x24 134 1x6' /2 1 114 A R- 4649.1 171/4x43 13/4 134x31/2 134 200 C R-4652 173'4x293'4 2 11/2x41/2 11/2 150 A R- 4670 -A 18x24 1 /2 11/2x63/4 11/2 105 A R4671 18x24 2 1x71/2 1716 140 A R•4672 18x24 2 13/4x53/4 148 125 C R-4689 18x271/4 2 2x624 1 145 C R- 4692•A 18x34 21/4 17/16x8 1 185 C R4698 18x36 13/4 2x4 11/2 170 A R -4710 18x36 2 134x61/2 11 210 C , R -4711 18x39 2 11/4x51/2 11/4 275 C *Grate in two pieces. . * *Grate in three pieces. R -4899 Angle Frames Only For Light or Heavy Duty Drainage Grates Angle frames can be furnished with most grates as shown on pages 242, 243, 244 and 245 — single or in combination. Frame can also be supplied with integral cast anchor lugs. Larger frames are always made in sections bolted together with cast anchor lugs. If lugs create obstacles for installa- tion indicate when ordering so other arrangements can be made. Specify: :1. R -4899 angle frame and grate catalog number frame is to fit, Catalog No. NEENAH FOUNDRY+ COMPANY Dimensions in inches A I B I G Wt. Grate H Lbs. Type Rectangular —Heavy Duty (Cont'd.) R -4718 R -4730 R -4731 R -4732 R•4736 183x363/4 191/2x32 19Y2x39 19Y2x39 20x24 2 11/2 11/2 13/4 2 2x8 2x5 2x41/2 1 x7 Y2 11/2x2/ 1 1 1 1 11/4 220 110 150 210 160 A A C • A C R -4738 • 20x24 2 1x5 1 150 R•4739 20x24 2 11/2x43/4 1 135 R -4740 20x281 2 13/4x8 1 130 U R -4750 20x30 2 13/4x6 1 155 R- 4750.1 20x48 2 11/2x5 1 300 R•4751 201/2x27 2 13/4x5Y2 1 130 C R -4752 201/2x36 11/2 1 Ve.x5?4 11/2 190 C R•4755 -B 21x42 11/2 11/2x51/2 1 165 A R•4755 -C 21x42 Iii 11/2x51/2 1 165 C R•4756 211/2x671/2 2 11/16x6 1/4 11/4 395 C R -4757 213/4x41 13/4 13/4x13/4 1 260 A R•4759 22x23 13/4 11/2x6 1 125 C R4762 22x30 11/2 2x61/4 1 130 C R•4780 22x37 2 2x8 • 1 190 C R -4781 22x48 21/2 15/60:51 1 1/4 400 C R•4795 221/x45 11/2 2x6 1 225 A R•4798 2314x361/2 23/4 1Y2x7Y4 1 336 C R- 4821 -A 231/2x26 2 19 /iex415/i6 11/4 180 C R -4822 24x26 21 13/4x23/4 11/4 215 A R -4825 24x30 11/2 11/2x41/4 11/4 170 C R- 4825 -A 24x30 21/4 11/4x43/4 1 255 A R- 4825 -8 24x30 2Y4 11/226 1 235 C R -4828 24x33 21/4 1x41/2 1 300 A R -4829 24x33 21/4 11/2x61/2 1 /4 300 C R -4837 24x35 21/2 11/2x61/2 11/2 350 A R -4839 24x35 136 1/ox93/4 1 210 A R -4840 24x36 2 2x43/4 1 210 C R -4843 24x36 13/4 134x6 1 210 A R -4853 24x39 21 13/4x53/4 13/6 425 A R- 4853.2 24x39 21/2 1' /tex6 11/2 390 C R- 4853 -A 24x45 3 11/2x6 Y4 11/4 520 A R-4853-81 24x51 3 11/2x5 11/4 505 C R -4854 24x511/ 11/2 1x6% 1 430 A R -4855 26x30 2 11/2x5 11/4 260 A R -4856 26x32% 4 336x31/4 %' 295 C R -4857 26x48 2 1 12x51/2 1 500 < U U < U R -4860 27x44 21/2 13/4x8 11 610 R -4890 28x37 2 13/4x7314 11 375 R -4891* 30x48 11 11/2x41/4 11/4 340 R- 4893 ** 30x78 2 11/2x5 1/4 780 R- 4893 -B 32x34 2 1x2 1 360 C R4894 33x36 2 11/2x6%2 11/4 340 C R4895 -2* 36x66 2 11/2x61/2 11/4 680 A R-4896-5 39x51 21/2 11/4x6 1%2 880 A R -4897 43x451/ 3 1 %2x4%2 1 770 C Specify: 2. If more than one grate required per frame, advise over- all dimensions of the grated area. 3. Integral cast anchor lugs when required. 4. When inclusion of anchor lugs will definitely create in- stallation problems. R•4899 Angle Frame with Type C Grate 243 332 1 0 i SQUARE AND RECTANGULAR DRAINAGE GRATES Heavy Duty e gratings In this series are rated heavy duty when supported on all four Jes. Combinations of two or more standard grates in any size ore often used to cover large drainage areas. For this condition, grates ore rated heavy duty when installed with the shortest dimension spanning the opening. Other special sizes quoted on request in the event none of the standards shown in this series meet your requirements. In ordering replacement grates to be used on existing catch basins, be sure to specify the exact size of opening in which the grate will be used. Many of the grates in this series con be adapted to trench frames with support on two sides as shown on pages 260 and 261. Most are qualified as heavy duty when the short dimension spans the trench. Advise loading requirements so we can confirm design selection for intended use. For extreme conditions of load and shock, we recommend Ductile Iron. See page 4 for complete specifications. Specify: 1. Catalog number. 2. R•4899 angle frame when required. (See page 243.) 3. Perma•Grip surface if required. (See page 6.) EAVY DUTY Catalog Dimensions in inches No. I A l B 1 G Square —Heavy Duty 1 Wt. 'Grate H Lbs. Type R -4400 R•4401 R -4408 R -4441 R- 4441 -A 8x8 8 x 8 101/4x1034 12x12 12x12 1/4 1 1 1 2 1x5 3/4x3 7/43x81/2 3/4x2 3/4 x47/8 1 34 1 3/4 34 13 10 18 25 48 B A B A A R-4444 12x12 2 14x4 1 95 C R-4511 14x14 112 1 )4x5)4 11 18 A R -4550 15x 15 114 3)2x3)2 34 W N U R•4552 16x16 13/4 11/2x61/2 11/2 50 B R -4557 16x16 1)4 13/16x334 3/4 50 A R-4558 173/4x173/4 11/4 l x5 h 45 C R -4660 18x18 11/2 3x41/2 114 60 B R -4662 193/4x193/4 21 134x8)4 1 135 Q R -4720 20x20 13/4 14x31/2 11 110 B R- 4721 -A 21x21 134 112x8 11 108 A R•4725 21x21 2 3x3 1 105 UU<UU R-4760 22x22 134 3x534 1 110 R -4765 23x23 2 1 x61/2 1 146 'R -4808 24x24 2 34x53/4 1 T75 R -4809 24x24 2 3/4x103/4 W4 165 R -4810 24x24 2 13/4x6 114 165 C R-4820 24x24 2 2x6 114 180 Ct R4826 24x24 2 1x6 11/4 190 A R-4830 24x24 2 lx5 2 195 Ct R -4832 24x24 13/4 1x41/2 1 135 C R- 4832.8 26x26 13/4 11/16x4 1 185 C R4833 26x26 2 2x7 1 160 A 4850 27x27 2 212x712 1 175 C 1852 27x27 2 112x5 1 210 C .. -4880 28x28 2 11/2x71/2 1 210 C R- 4880 -C 30x30 11/2 11/2x51/2 _1 )4 , 260 C tConvex. 242 N E E H NA 000 I I DC ACC CC Type C Type B Type D The above schemati; drawing identifies basic dimensions only and does not apply to all grate designs. Bar and rib depths, plate thicknesses, and seating widths, may vary or different sizes and styles. If your project has design restrictions, ask for ccaroval drawings. All grates listed on p :ges 242.243 are considered bicycle safe. Free open areas for most grates in this section are listed on pages 303 to 307. Catalog No. Dimensions in inches A I B I G Wt. Grate I H Lbs. Type Rectangular — Heavy Duty R- 4389 -F R- 4389 -0 R-4390 R4391 -A R-4392 43/4x223/4 6x12 6x24 7x9 7)4x48 13/4 1)4 1 % 13/4 1x234 34x4 3/4x4'1/2 1x5 112x414 1 1 1 1 1 32 16 23 9 90 B B B B B R-4393 7x50 13/4 x51/2 3/4 95 C R-4403 8x14 1 11/2x21/2 Y2 18 A R- 4404 -C 8x24 1 11/16x53/4 1 30 B R-4406 8x24 13/4 15/16x6 1 50 B R- 4406 -1 8x24 13/4 1x23/4 3/4 50 A R- 4406 -2 8x24 13/4 • 1x5 1 50 C R- 4406 -A 9x24 7/4 34x6 1/2 30 B R•4406 -C 9)4x2334 1 1x24 1 40 A R- 4407 -2A 914x24 13/4 1x7 1 55 B R-4409 10x17/ 11/2 1x3 1 45 A R- 4409 -A 10x24 134 11/2x434 1 68 C R- 4409 -C 10x24 13/4 1x7 1 70 B R- 4409 -E 10x24 134 1x3 1 65 A R- 4409 -G 10x24 11/2 2x8 1 45 B R-4410 10x29 112 2x8 1 55 B R-4412 10x323/4 13/4 11/2x71/2 11/4 85 B R-4421 10x40 11/6 114x81 1 75 C R- 4423 -A 1014x48 13/4 1 )2x3)4 1 130 A R4424 101431 13/4 2x2 1 60 A R- 4430 -A 11x24 112 3x41 3/4 55 A R- 443 0 -A 1 11 y x2 3 34 112 11/2x6 114 50 C R- 4430 -13 113/4 x24 11/2 1x634 1 65 C R- 4430 -C 1134x46143 11/2 1x8 1 120 C R- 4435 -1 113/4x14 14 2 1x512 1 48 C R-4443 12x14 134 1)2x5)4 1)4 48 A R-4449 12x24 11/2 1)2x4)4 1 65 A 533 . ;..t5T5-FfItLF.;-: . 1 . : — 7- , —4,— —; —7 7 :.. • _ .. .__ _ ....:. - - s _ I l s BEAMAC II beam name: pit wall Last modified at 8:00:29 AM on Thu, Jun 16, 1994 ti Ni El N2 ; ..'" ~1_-: 0.00 9.50 9.50 T T T is i DIY DIY i� -� 1.0±3 2.00 a +2 Y ' I O.00e+O Defl. ,,,,,.� in - 5.90e -3 L/6 L/4 L/3 L/2 2L1 3L/4 5L/6 ft Distance 0.00 1.90 3.80 5.70 7.60 9.50 1310026- ¢o¢ JOB NO. J METRO HYD LIFT REPLACEMENT Facility: WHEEL BASE LIFT 1 Subject: PIT WALL Mark No dead D live L soil H fluid F total depth (in) cover (in) b (in) CONCRETE SLAB DESIGN PER STRUCTURAL APPLICATION GUIDELINES MNEG SERVICE LOADS V (k) M (kft) 4.44 7.4 SECTION 8 2.00 12 REINFORCEMENT bar size (3 -11) d (in) # 6 bar 5.25 FLEXURE Mu (kft /ft) 12.58 0.58 9.08 As reqd (inA2 /ft) s reqd (in oc) s prov (in oc) As prov (InA2 /ft) fs (ksi) z Vu (k) Vc (k) 6.0" oc 0.88 21.36 87 SHEAR 7.5 8.1 MPOS SERVICE LOADS V (k) M (kft) V (k/ft) M (kft/ft) By: Date: 6/16/94 Sheet: Task: WOG f'c (psi) fy (psi) SERVICE LOADS 3.54 SECTION 8 2.00 12 REINFORCEMENT # 6 bar 5.25 FLEXURE 6.02 0.27 19.9 ,12.0" oc 0.44 20.43 105 SHEAR 0.0 7.6 1 4000 60000 Load Factor 1.4 1.7 1.7 1.7 SECTION 8 1.00 12 REINFORCEMENT # 6 bar 6.25 FLEXURE 6.0" oc 0.88 SHEAR 0.0 9.5 5 /02 CLIENT: 1.1 rrry PROJECT: H•pRfrULIG LIFT REPLACEHWT. SUBJECT: E-pts r - FoU rQ QA-T I o NJ P R ESS U R E IBC 131002G- 404 - JOB NO. -1'1 -9+ DATE BY S201 SHEET NO. CLIENT: A./e-746) PROJECT: Ny/2R,"r t / C. ti /r1 1QE10G09- cemoUi " SUBJECT: 447-' f i $ L - P OOAJ P, 7'o Su R C ff. 6,`c, • Co L 1341 F, 6 ,8 8 /52,o0 • I1 • O'• Tc -, _a-$ .Nova N,. P.I :r : :�ItiA:i►G::iS _; _o! ... Foo- ►J ? I j -. • iI E i 23/0026 -¢o¢ ' JOB NO. WO' BY DATE S2o2 SHEET NO. CU ENT: KcprV PROJECT: 14.6)6Aut,tc. (...ter- fiPL SUBJECT: 7 PO — TOO a.)%0 /5r1-10 t- 0 pe() Cot-utsw 6to, ("56 SO) RooF !Li(' C.. Co ?SF-) 2, Pio x 3(," pouP)LE, Tes.s (74- PsP) cor4c, ("2?51'sr) 4. F2) 67.0-A, 42 4.5 ez., g. LP) 5, CoLumo 2.4"PlAx le)) G FooTiO >k 11-0 •A N1I$C, MulP. F$F) 1414 1110.4 5 0 I r- FooTiu6, PIZt-ssw2-e 4 i LIve. Loh-P (2s- PsF) P-oorp,36 eizessJize 7210 K. = 4 K.-5 2.3100,26-44 JOB NO. \\/ (1. BY G-11-94- DATE 52o4- SHEET NO. CLIENT: L<.G )y'AS PROJECT: 4 •0 (,4 L L1 Fr r24L SUBJECT: N V' Lot E✓ S7' i3A-', o N {A'' ) •1 i • ' i • 1 KC ; EXISTING GROUND LEVEL Of H 1 BOTTOM OF EXCAVATION WHERE: FACE OF BUILDING of BOTTOM OF BUILDING FOUNDATION W: k. n (I- 1.5H; FOR H� FROM 0 TO 1.5 W :0 FOR M1 > 1.5 n: NET CONTACT PRESSURE (PSF) qf -120Df q f : TOTAL DEAD AND LIVE CONTACT PRESSURE (PSF). LIVE CONTACT PRESSURE MAY BE REDUCED IN ACCORDANCE WITH SECTION 2306 OF THE UNIFORM BUILDING CODE .._ THE LATERAL PRESSURE, W. APPLIES ONLY TO THOSE BUILDINGS - - — - - -- WHOSE FOUNDATION LOAD 1$ CONSIDERED AS UNIFORMLY i -- DISTRIBUTED OVER THE BUILDING'S PLAN AREA AND ACTING ON THE ELEVATION OF THE BUILDING'S SPREAD FOOTING OR MAT FOUNDATION. ' IF BUILDING FOUNDATIONS ARE UNDERPINNED OR SUPPORTED �� ~�...1_ BY PILES THEN THE TRANSFER OF BUILDING LOAD TO A LOWER LEVEL SHALL BE CONSIDERED IN EVALUATING RESULTANT LATERAL .__ PRESSURE USING PROCEDURES ACCEPTABLE 'TO THE CONSTRUCTION :._,_. ; .,__+ _4. T s , MANAGER. BUILDING PRESSURES ARE TO BE DETERMINED BY THE CONTRACTOR BY EXAMINATION OF EXISTING PLANS AND BY ON-SITE FIELD INSPECTION. THEY SHALL BE SUBJECT TO APPROVAL BY THE t.. . CONSTRUCTION MANAGER. -� ' • 00p- irS1'- Ck ) �1 n i Ot :.',if , /6"00 ( .... 1 if -4,E; f ! 23100(6 -404 JOB NO. • W &Cr BY `1 (a-94- DATE 5' 2 / SHEET NO. CUENT: PROJECT: I4y pf4Auld I pr RupiAt,505(4r SUBJECT: Etce-"r f5A-se 6/4-s LI: L • • : • • 1 0 • G1-0- 1,..4 114 • — : I . • • • ,•.■ a • i • , • • . I ; • 1 I t • ; 1 • _ • :'. ' • • 1 I • , I ; • . I : i t • • • — — 7—" 1 • 1 . • , 1---1-...!.)r, 'I' ---:. . 1 , , 1 ' • , . , : , , I- i . • . , ......,.. 4 • —; • —.... ! I . • • . I ! . • I ' I t ' " . H. ' 1 ! • i : . I, ! ; I •.! 1.. 1 ..1 ., __,. _I I I ' 1 L_.i. i. L...,„.i_ 1. •.1,_ ; . . . : 1 . , • i • • , , , • I : , : I • , - • " , 1 ;', ; , . ..., I , • r ' • - i.. 1 ,. 1. ,....„....,..i. .,... i .,. • 1 ._ , ; : ; , , . , • ; 1 : , . , ‘, ,, ; , „ -I 1 ; • 1 . I 7-'7'- 1 ' ; ; ; , , ; i 1 •• ; 1 ; . • ' ' ''.• -`•---i•-I., ' I ; ; ' . .. . , • f T i — I-7-77 — + — '',— ! . 1 1 — ! • : t•1 ! ! i ! : L _tf 1, :i. . , • I • . . ..... ......... , , , .,........i....,..., ,.,.;...,............1..........„.......,...,......./.......7.,.... , . • „ , , . : ; : : , , , • Vel..11•-:: l'1.0 . , r 7' -1,- 7 i ; . t 7 ''• • . 4.-- •. - I, ,4* li ' ;,,, -1 —Ti —11-1, -- t 1 1 + ■ 1 i ' 1 ' • , t . 1 • , i T ; ; ; • . , , .. .... . • i 1 i , . • , . • , ; ; , • • . ';;;;._;;. ;' ;' •;',,!•Itifi ; ; : ; ; i . , • ; • . , 1 ! • . • ■ I , , : ‘ ; I ' • ' - a t • a • ...T--; --1 : —', T—; ''.. t 7-7 ; .• , . •_..... .....' •_•.. ;,...;.• ...• .,....._,.;;;...... !........„ : • , • . —1...••• —............. -.7.............7 . .2...•.....!......;..;_., I. ., . . . . .... ; ! • .- -, • -t• - -• • 7 '.' ""' ' — E ' . .: . .., . • .., . . , , . • . , . , ,. ..; , ...: • , . .. .., . ...i , ...; • . . :,! ...,.,.... . ...• ; , •„ .....;, ; , ....,, • . . . . ; .• ........,, , . . .. . .. „ . r , 1 ...4., . ..._._.,. . .—..„, ; . .. . i. .-..1..,; , .....%• . . -.....; .. .. 4 - ; . , • ; ; ..4• ....•,• ..„ _.T; : .., , , ..4„ • ,.., : • . , i . . : , , , , . ; • , ; . • • . ,j,.,, , -.I" ;"'; ";. ',--"" ; t ' ; • , ; • . - : ... • .. • . • . - • • , ;; i . • , : t I ; , t 1 ; • ! . ' 1 I . 1 ' 1 • • ; i a • • ! • . .`" • • • I • ' 1 I • • 1 • ; : t • • 1 ■ • ! • • • 1 ; • • • ; 7:7 • 1— • i 1 • , ; 2 31 00 Vo- 404, JOB NO. vIGG BY - ICc94 — DATE S2/2 SHEET NO. CLIENT: PROJECT: SUBJECT: V1.1 l='i"- - f -5E. 'j"oo' I O.N 4.4-5 VIPs `f s = 7;10 [70 to t 4tQ: , S:z 11 j2� P5I BEAMAC II beam name: pit wall 0 00 DIY D2Y 1.06e+3 2.90e+3 Load Shear Moment Defi. S15' P,SP Last modified at 8:50:09 AM on Thu, Jun 16, 1994 El 9.50 D2Y 2.90e +3 9 50 T D1Y 2� Distance 0.00 L/6 L/4 L/3 1.90 3.80 L/2 2L/ 3L/4 5L/6 7.60 5.70 F: lb D: lb /ft .._... M: lb -ft 18914.09 lb - 4447.16 15180.29 lb -ft - 31837.62 0.00e +0 inch - 2.45e -2 ft 9.50 23/002e -404 JOB NO. W6- BY 6- /6-94 - DATE 52/3 SHEET NO. METRO HYD LIFT REPLACEMENT Facility: WHEEL BASE LIFT 2 Subject:. PIT WALL Mark No dead D live L soil H fluid F total depth (in) cover (in) b (in) CONCRETE SLAB DESIGN PER STRUCTURAL APPLICATION GUIDELINES IMNEG SERVICE LOADS V (k) M (kft) 15.0 31.84 SECTION 16 2.00 12 REINFORCEMENT bar size (3 -11) d (in) # 7 bar 13.00 FLEXURE Mu (kft /ft) 54.13 As reqd (inA2 /ft) 0.98 s reqd (in oc) 7.33 s prov (in oc) As prov (InA2/ft) f s (ksi) z Vu (k) Vc (k) 6.0" cc 1.2 27.21 113 SHEAR 25.5 20.3__ MPOS By: Date: 6/16/94 Sheet: Task: WQG f'c (psi) fy (psi) SERVICE LOADS SERVICE LOADS V (k) M (kft) V (k/ft) M (kft/ft) 15.18 SECTION 16 1.50 12 REINFORCEMENT # 5 bar 13.75 FLEXURE 25.81 0.55 6.76 6.0" oc 0.62 23.74 81 SHEAR 0.0 19.8 min shear reinf req'd 1 4000 60000 Load Factor 1.4 1.7 1.7 1.7 SECTION 16 1.00 12 REINFORCEMENT = As min # 6 bar 14.25 FLEXURE 6.0" oc 0.88 SHEAR 0.0 21.6 Due 4-0 a„ol d s 4Y, bu -hcnu a Foo4w1 11.004;3 Vu 1.4.);1( 5obs-1 + a4 k S21¢ CUENT: `C L 1 -i S PROJECT: H- P 1.,) g-r R. el° Lk 0 E L/r SUBJECT: , . r-LA-0 'T'1 _ 6/1-5, tt-S 1: l'i't) I S 7'-' • �-' ► lam-; �. 1'" sc) -±1 4- jai v. 1 vc? 2 6 -4o4 JOB NO. W Cr BY 7 -8 -94� DATE 53oj SHEET NO. CLIENT: p 1,4 PROJECT: 14`(1) L.I RASPLA-f-.VAEN T6 SUBJECT: ATLA-1-Yr1 c-- ,P)/t-tpc Ix ri-vAiL• kssovi;:_gep"dP LA-(6 t. 1011 4 -irrc- bo ck Where b 0 a Tr 41( ( 169 " 4 e 81.6 44 16 aoco KITS _ A I ; . • • • • • • .\ t - 2oco ItIps ; s. - ' ' 1' ' ' . . , 1 . .......,...., i. ,. .,... . ., . ,•. •% , , - . , . i .. , . . _:, . 4 . ' t i • .4 I "13 o OA, 40 JOB NO. BY 7-8-94- DATE 53o2, SHEET NO. CUENT: vtizo PROJECT: 410 L Pr RZPLArCE14 E›.-e-rs SUBJECT: AT LA-01-1 c- 6/1 Wl-fttls h 56 H-01 ST 410 0.• -4) • 1 eAtYZ CA-Sr _ Pi N06- • • • • , • •• • -• • 231002.6- 404- JOB NO. BY -7-94 DATE 5103 SHEET NO. CUENT: PROJECT: 14 Y p Li &r lerpLivc r-rjr A=n-pron 6A-SE - UJ 6A-5 E v-r T7- LoP Top 'Li vb (14--G)okots-.K SLAB _rtu_e-r ), (o? 1012. 6PrSe. 00, ); 4A 1,C* se • c.y (&u.)1:7 s .9) .....,.., • • • • ;Ifc •4". 0 '• • 4t too 0. (410 14 •,. DC. "HTiE se./ cla • • ; t • ,• .• • • (Cr •, 14".;.„: Op 2.b.- 4o4. JOB NO. W 0- BY -7- 7-94. DATE 5' o5t SHEET NO, CU ENT: Hcnto PROJECT: )},yo re-r R 1-PrC-4t SUBJECT: PcT Prki P? *4.- — Jr r-oad1 Pre 14) • e .0 .47cbrcV612,o4 r.7 (.1 •• • • • 0 • 4.....1•••••■•■•••• ni (026 -404. JOB NO. 6GA-9). TRibori14) L u kiPr-v-• • • , • , • • •-•1••• r! . • . „ ; . . - • • -• • • • . ; tol) 0•• BY DATE 63 // SHEET NO. CLIENT: \C C+ D M S PROJECT: Ho 1.1 et�P��cr OJT SUBJECT: per-L. P J A-'7 1-I Tr-r — t4- 14 * .Ii(07 4 •I 49, �. 13,7 9 •4 fob 4 -/ - (0,4 . Gout /Gaour : 1r 64 ,24. S _ 4- . t 8 f3uo yfrN c.. G w E 8.0 t. Tr4c5,S1' , 4.a dk ,°Ws TorA-ti )t. (Au s /CLNI►JDcSz 9 59,4- KIPS .. PS. W Ate( 15 trw 1..* S' S 77 4. to it's 12 'O 4 (Ps 2) tool(- 4.04- JOB NO. \\i4. BY 7-8-94- DATE 53/2 SHEET NO. 1 CLIENT: K. c, 5 PROJECT: fty D ke-P LA-C-Cfria1 SUBJECT: An Poo riC- PLA-Tr-DX-ri t-( Pr 12,0 z. 6.94- KIP $ /i2-'39or 1r* 5,5 -elacb *Or 5**).# 1 O. iPs u uur) = *1,7 197 v...tp 4 2to 140,1 C)tivtAc- C 1/411,c, +" 1.$ 0 Q?. -404. JOB NO. \V CT BY 7--94- DATE 53/3 SHEET NO. 11 Li Vehicle Exhaust 100% Electronic Shop 100% Hydraulic Lift Replacement 90% Volume 1 of 2 Transit Facility Improvements South Base East Base Atlantic Base Contract T/M18 -94 'art . A- Bidding Requirements and General Conditions -Vol. 1 Part B- Technical Specifications -Vol. 1 Part C- Contract Drawings -Vol. 2 Part D- Addenda -Vol. 1 RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER August 1994 KCM, Inc. and Associated Firms I�ngKing Metropolitan Services ;: METRO County Dept. of M p Ci NOler -A Sound In►dsnw1 teMETRD King County / Department of Metropolitan Services Exchange Building • 821 Second Avenue • Seattle, WA 98104 -1598 • (206) 684 - 2100 C3100 10-05 21-21 August 15, 1994 Distribution List Transit Base Modifications Project 100 % /90% Design Review Attached are the 100 % /90% Design review drawings, specifications, construction cost estimate, and schedule for the subject project. Please review these documents during the next week and a half. Document any comments, exceptions taken, suggestions, and questions you have. Submit these comments in any format you prefer. You may mark directly on the review drawing, write your comments on a separate piece of paper, E -mail, or use whatever means you like. I do need to receive your comments by Tuesday, August 30, 1994. Please feel free to bring them to the Base Modifications Meeting at South Base on that day. . The comments will be compiled and forwarded to the consultant for their review and responses. Comment responses for the 100 % /90% review will be published and available for your use and information, Thank you for your efforts in this review. We are looking forward to your continued involvement. Please feel free to call me at 684 -1896 or Cloyd Jackson at 684 -1706 if you have any questions or need additional information. 4' 4R Brian Russ , Project Manager Transit Capital Implementation Project Enclosures cc: Kuenzi, Mike w/o enclosures Oblas, Vic w/o enclosures Overgaard, Gloria w/o enclosures Riley, Judy w/o enclosures Uchida, Barry w/o enclosures CITYECVED OF TUKWILA AUG 3 0 1994 PERMIT CENTER LNG 100%/90% Submittal Distribution Master , WA Deb Browne MS ESC Terry Compton Supervisor, Transit Safety MS SA Isaac Daniels Maintenance Supervisor MS SM Dan Dlffner MS EM Dave Duhamel Engineering Services MS 117 , WA Yousif A. Farjo Contract Administrator MS 63 Ann Hernandez MS 185 Bob Isier Project Manager Coordinator MS 118 Don Johnson Project Electrical Engineer MS 113 Dave Lilly Maintenance Supervisor MS EM Jim Maloney MS 118 August 15, 1994 35, 29 Jeff Bickerstaff Designer /cadd Lead MS 28 Oly Childress Millwright MS AM 3 6 Doug Daniels . Maintenance Supervisor MS AM 3 8 Pete DeLeyser MS SO 40 Bill Dlshman Millwright MS EM 2 7 Bob Eaker Pe,csp Fire Protection/ Safety Eng MS 28 2 8 Emmett Heath Manager MS 51 4 Ed Hunter Project Comissioning Coordinator MS 113 3 2 Cloyd Jackson Mechanical Engineer MS 28 3 3 Severne Johnson MS 117 19 Frank Lorenzen Facilities Maint. Chief • MS FTS 21 Harold Mann Operations MS EO 9 35 37 39 41 8 30 31 1 18 20• 22 Page 1 LNG 100 % /90% Submittal Distribution Peggy McShane Transit System Safety Engineer MS 51 Project Library Brian Russell Project Manager MS 28 Bill Serres Integraged Systems MS 113 47 6, 11, 23 2 13 Mike Murray MS SM Rich Putney MS 118 , WA Pat Schiermeyer MS63 Ralph Shaw Millwright MS SM Teshome Shiferaq 4 5 Brian Smith Intern Project Control Engineer MS28 MS28 , WA Jerry Stubbs Construction Manager MS 28 5 Eddie Tate Construction Division MS 114 Walt Turley 17 Pete Vickers Engineer Loss Control Engineer MS 117 10900 NE 4th St., Suite 700 Bellevue, WA John Walser Architect MS 117 10 25 26 12 14 3 15 16, 24 August 15, 1994 Page, 2 . TRANSIT FACILITY IMPROVEMENTS SOUTH BASE, EAST BASE, ATLANTIC BASE CONTRACT T/M18-94 PART A — BIDDING REQUIREMENTS AND GENERAL CONDITIONS - Vol. 1 PART B — TECHNICAL SPECIFICATIONS - Vol. 1 PART C — CONTRACT DRAWINGS - Vol. 2 PART D — ADDENDA - Vol. 1 AUGUST 1994 KING COUNTY DEPARTMENT OF METROPOLITAN SERVICES KING COUNTY, WASHINGTON RECEIVED CITY OF TUKWILA AUG 30 1994 PERMIT CENTER TABLE OF CONTENTS PART A - BIDDING REQUIREMENTS AND GENERAL CONDITIONS 00020 Advertisement for Bids 00100 Biding Requirements Part 1 - General Bidding Requirements Part 2 - MBE/WBE and EEO Bidding Requirements 00150 Checklist of Bidding Forms 00300 Bid Form 00310 Bidding Schedule 00320 Sworn Statement Regarding Minority and Women Business Enterprise Commitment Sworn Statement Regarding Equal Employment Opportunity 00330 00340 00410 00420 00510 00610 00710 Proposed Subcontractors Bid Guaranty Bond Qualifications Information Agreement Performance and Payment Bond General Conditions PART B - TECHNICAL SPECIFICATIONS DIVISION 1 01010 01012 01014 01025 01027 01035 01036 01040 01045 01060 01062 01063 01080 01090 01300 01310 01380 01400 01500 01560 01660 01700 01710 01720 01730 01740 01750 01999 DIVISION 2 02050 02140 02160 02200 GENERAL REQUIREMENTS Summary of Work Construction Schedule Parameters Contractor Work Coordination & Use of Premises Measurement and Payment Schedule of Values Lead and Asbestos Information Geotechnlcal Information Coordination and Meetings Cutting and Patching Regulatory Requirements Permits and Easements Safety and Health Identification System Reference Standards Submittals Procedure Progress Schedules and Reports Photographs Quality Control Construction Facilities Environmental Controls Facility Integration: Testing, Training, and Commissioning Contract Closeout Final Cleaning Record Drawings Operating and Maintenance Information Guarantees Spare Parts Reference Forms SITEWORK Demolition, Equipment Salvage, Cutting and Patching Dewatering Sheeting, Shoring and Bracing Earthwork Page Number 00020 -2 00100 -17 00150 -1 00300 -1 00310 -2 00320 -3 00330 -2 00340 -1 00410 -1 00420 -2 00510 -1 00610 -1 00710 -43 01010 -2 01012 -2 01014 -2 01025 -3 01027 -3 01035 -1 01036 -1 01040 -1 01045 -1 01060 -2 01062 -1 01063 -5 01080 -1 01090 -7 01300 -2 01310 -3 01380 -1 01400 -2 01500 -4 01560 -3 01660 -6 01700 -2 01710 -2 01720 -3 01730 -2 01740 -2 01750 -3 01999 -24 02050 -3 02140 -5 02160 -2 02200 -7 TOC -1 T/M18-94 02237 02364 DIVISION 3 03100 03200 03300 03600 03650 DIVISION 4 04200 DIVISION 5 05050 05300 05500 05520 05530 DIVISION 6 DIVISION 7 07100 07500 07620 07900 DIVISION 8 08110 08710 08800 DIVISION 9 09260 09510 09900 09901 TABLE OF CONTENTS (Continued) Control Density Fill Augercast Piles CONCRETE Concrete Formwork Concrete Reinforc ement Cast -in -Place Concrete Grout Doweling in Concrete MASONRY Unit Masonry METALS Structural Metal Fastening Metal Decking Metal Fabrications Handrailing Gratings and Floor Plates WOOD AND PLASTIC - NOT USED THERMAL AND MOISTURE PROTECTION Dampproofing Built -Up Roofing Sheet Metal Flashing and Trim Joint Sealers DOORS AND WINDOWS Steel Doors and Frames Finish Hardware Glazing FINISHES Gypsum Board Systems Acoustical Ceiling Coating Systems Finishes and Colors DIVISION 10 - SPECIALTIES 10670 Storage Racks and Shelves DIVISION 11 - EQUIPMENT 11060 Electric Motors DIVISION 12 -13 NOT USED DIVISION 14 CONVEYING SYSTEMS 14400 Hydraulic Lifts DIVISION 15 MECHANICAL 15050 Basic Mechanical Materials and Methods 15400 Plumbing Systems 15480 Special Piping Systems 15834 Air - Handling Units TOC -2 Page Number 02237 -2 02364 -5 03100 -3 03200 -3 03300 -13 03600 -5 03650 -3 04200 -6 05050 -3 05300 -3 05500 -3 05520 -3 05530 -3 07100 -1 07500 -2 07620 -3 07900 -3 08110 -3 • 08710 -4 08800 -3 09260 -3 09510 -3 09900 -10 09901 -1 10670 -2 11060-3 14400-6 ' 15050 -8 15400 -3 15480 -4 15834 -4 TM1 8-94 TABLE OF CONTENTS (Continued) 15840 Sheet Metal Ductwork 15872 Ceiling Diffusers, Grilles, Registers 15887 VehicleExhaust Systems 15990 Ventilating, and Vehicle Exhaust System Testing, Adjusting and Balancing DIVISION 16 16050 16110 16120 16140 16155 16175 16450. 16470 16640 ELECTRICAL General Requirements for Electrical Work Raceways, Fittings and Supports Conductors and Cables Wiring Devices Combination Motor Starters - 240/480 Volts Miscellaneous Electrical Devices Grounding System Power Distribution Paneiboards Cathodic Protection System PART D ADDENDA (NOT USED) TOC -3 Page Number 15840 -4 15872 -2 15867 -4 15990 -4 16050 -5 16110 -6 16120 -5 16140 -2 16155 -3 16175 -3 16450 -2 16470 -3 16640 -3 TM18.94 PART A BIDDING REQUIREMENTS AND GENERAL CONDITIONS SECTION 00020 ADVERTISEMENT FOR BIDS Sealed bids will be received by the King County Department of Metropolitan Services, ( "Metro ") until __:_ m. Seattle time, ,1994, at the Contracts Counter on the 18th Floor, Exchange Building, 821 Second Avenue, Seattle, Washington 98104 for the following: TRANSIT FACILITY IMPROVEMENTS: SOUTH BASE, EAST BASE, ATLANTIC BASE, CONTRACT T/M18 -94 Bids received after such time and date will not be considered. Bidders accept all risks of late delivery, regardless of fault. As soon as practicable after said time and date, bids properly received will be publicly opened and read in Conference Room _ on the _th Floor of the Exchange Building. Bid results and status of award may be obtained 24 hours a day by calling (206) 684 -1270. The work of this Contract consists of improvements to the vehicle exhaust system, replacement of hydraulic axle lifts and modification to the electronic shop at three transit bases. The work includes: (1) Vehicle exhausts system improvements: provide and install new roll down vehicle exhaust hose reel systems, including new exhaust hose reels, supports, exhaust, ductwork and exhaust fans. (2) Remove existing hydraulic axle lifts ; and provide and install new lifts, concrete replacement, replacement of underground hydraulic piping, controls, and drains. Installation of the hydraulic lifts requires current certification as a Rotary Authorized in- ground heavy duty lift installer. Information concerning Rotary Authorized Installer training may be by contacting Michelle Hubbard, Rotary Lift, P. O. Box 1560, Madison, Indiana 47250,1 -800- 445 -5438. (3) Modifications to Electronic Shop at the South and East Bases include removal of an existing door, provide and install air handling equipment and associated ductwork and power to the new equipment. The work is to be performed at the following transit bases: South Base, 12100 East Marginal Way South in Seattle; East Base, 1975 - 124th Avenue NE in Bellevue; and, Atlantic Base, 1555 Airport Way South in Seattle. The cost estimate range for this work is $5,500,00 to $6,500,000. A pre -bid conference will be held Conference Room _ on the _th Floor of the Exchange Building, on 1994, at _:_. _.m. The conference will include discussion of the work to be performed, constraints imposed by permits, MBE /WBE and EEO requirements, and bidding forms and procedures. All prospective bidders, subcontractors and suppliers are strongly encouraged to attend. A site tour will be conducted immediately following the conference. Metro has established the following minimum utilization goals for this Contract in accordance with Section 00100, Part 2 of this Contract Document: 1. Minority Business Goal (MBG): 10% of Total Bid; and 2. Women Business Goal (WBG): 5% of Total Bid. Bids which fail to establish certified firm participation at levels which equal or exceed the utilization goals shall be determined non - responsive and shall not be considered for award. Only firms certified by the Washington State Office of Minority and Women's Business Enterprises whose participation complies with the requirements of Section 00100, Part 2 will be counted toward meeting the utilization goals. Bidders and certified firms are encouraged to carefully read Section 00100, Part 2 before bidding on this Contract. To assist certified firms working on capital- funded projects, Metro has created a Technical Assistance Program (TAP). TAP provides technical assistance services to eligible certified firms. Participation in TAP is voluntary, with the requesting firm determining the type of assistance needed. For more information about TAP, please contact the M /WBE and Contract Compliance Office at (206) 684 -1330. Metro has established an apprentice participation goal for this Contract of 15% of the total contract labor hours, excluding offsite vendors and suppliers. T/M18 -94 00020 -1 ADVERTISEMENT Contract Documents may be obtained and are available for review at the Contracts Counter on the 12th Floor from 9:00 a.m. to 12 noon and 1:30 p.m. to 4:00 p.m. If requested, Contract Documents will be forwarded UPS at requester's expense. Contract Documents may be ordered 24 hours a day by calling (206) 684 -1270. Questions regarding obtaining Contract Documents may be directed to the Contracts Office at (206) 684- 1327. This information is available on request in accessible formats for persons with disabilities by calling (206) 684 -2046 (voice) or (206) 689 -3413 (TDD). Contract Documents are also on file at the plancenters. Updated planholder lists are sent out with all addenda and weekly to all plan centers. An updated planholders list may be obtained via fax by contacting the plan centers, or via U.S. mail from Metro. Call (206) 684 -1270 for a list of plan centers, or to have a planholder list mailed. Bids shall be prepared and submitted in accordance with the provisions of Part A of the Contract Documents. Bids shall constitute offers to Metro which shall be binding for 120 days from the date of opening of bids. Metro reserves the right to reject any bid, any portion of any bid and /or to reject all bids. Metro further reserves the right, but without obligation, to waive informalities and irregularities. No bid will be considered unless accompanied by a bid guaranty (certified or cashier's check or prescribed bond) payable to the order of KING COUNTY in an amount not less than five percent (5 %) of the Total Bid Price. If there are questions regarding the bidding requirements and contract general conditions, contact Ms Joanne Jones at (206) 684 -2010. If there are questions regarding the apprenticeship program, contact Mr. Houston Drayton at (206) 684 -1338; . If there are questions about the technical requirements, contact Mr. Brian Russell at (206) 684 -1896. KING COUNTY DEPARTMENT OF METROPOLITAN SERVICES T/M18 -94 END OF SECTION 00020-2 ADVERTISEMENT SECTION 00100 BIDDING REQUIREMENTS PART 1— GENERAL BIDDING REQUIREMENTS 1.01 INSPECTION OF WORK SITE A. Bidders shall carefully inspect the site of the work and Contract Documents to satisfy them- selves, by personal examination, physical testing or by such other means as they may prefer, of the location of the work, the actual physical conditions of the site, surface and subsurface conditions, and conditions ordinarily to be encountered and generally recognized as inherent in the work. If, during the course or as a result of such inspection, examination and testing, a bidder finds facts or conditions which appear to the bidder to conflict with the letter or spirit of the Contract Documents, or with any other data or material made available to the bidder relating to the work, the bidder shall promptly notify Metro in writing and apply to Metro for additional information and explanation before submitting a bid. B. In accordance with Section 00020, a site tour will be conducted following the Prebid Conference. The tour will be conducted in the following sequence and times: (1) South Base, time, location; (2) East Base, time, location ; and (3) Atlantic Base, time, location. Bidders unable to attend the Prebid Conference on the scheduled date are requested to contact Mr. Cloyd Jackson at (206) 684 -1706 to arrange for a site tour of a Base(s). C. The submission of a bid shall constitute the bidder's acknowledgment that, in preparing and submitting a bid, the bidder has relied and is relying solely on the bidder's own knowledge, examination, inspection and testing of (1) the site of the work including surface and subsurface conditions, (2) access to the site, (3) environmental factors and mitigation requirements, (4) all other data, matters and conditions requisite to the fulfillment of the work, (5) conditions ordinarily to be encountered or generally recognized as inherent in the work, (6) requirements imposed by easements and permits, and (7) existing and available services and utilities at and in the vicinity of the site of the work and not on any representation or warranty of Metro. No claim for additional compensation will be allowed which is based upon a misunderstanding or lack of knowledge, examination, inspection and /or testing of any of the above items by the bidder. 1.02 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS Each bidder shall thoroughly examine and be familiar with the Contract requirements and General Conditions, Technical Specifications, Contract Drawings and Addenda (if any) which constitute the Contract Documents. The submission of the bid shall constitute an acknowledgment upon which Metro may rely that the bidder has thoroughly examined and is familiar with the Contract Documents and has reviewed and inspected all applicable federal, state and local statutes, ordinances and regulations dealing with public health and safety and with the prevention of environmental pollution and the preservation of public natural resources, any environmental assessments or impact statements which have been prepared relating to the work and all permits which have applied for and /or issued pertaining to the work. The failure or neglect of a bidder to receive or examine any of the Contract Documents, statutes, ordinances, regulations and permits shall in no way relieve the Bidder from any obligations with respect to the bid or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge or misunderstanding of any of the Contract Documents, statutes, ordinances, regulations, environmental assessments or impact statements, permit requirements, or other materials referenced or incorporated herein. 1.03 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES A. The following list represents those federal, state and local statutes, ordinances and regulations pertinent to the preservation of public natural resources that may affect or are affected by the work. Copies of such statutes, ordinances and regulations are available for review and inspection at Contracts Counter on the 12th Floor of the Exchange Building, 821 Second Avenue, Seattle, Washington. Bidders shall review such materials and related regulations prior to submitting bids. 1. Federal. National Environmental Policy Act of 1969, 42 USC 4321 et seq.; Executive Order 11514; Clean Water Act, 33 USC 1251 et seq. T/M18 -94 00100 -1 BIDDING REQUIREMENTS 2. State. Water Pollution Control Act, Chapter 90.48 RCW; State Environmental Policy Act of 1971, Chapter 43.21C RCW; Noise Control Act of 1974, Chapter 70.107 RCW; Washington Clean Air Act, Chapter 70.94 RCW; Shoreline Management Act of 1971, Chapter 9058 RCW. 3. Regional. Regulations of the Puget Sound Air Pollution Control Agency. 4. King County. Any applicable King County ordinances and regulations. 5. Local. Any applicable City ordinances and regulations. B. The Contractor shall comply with applicable portions of the listed statutes, ordinances and regulations and such other regulatory statutes, ordinances and regulations pertinent to the prevention of environmental pollution and the preservation of public natural resources as may be applicable to the work. 1.04 INTERPRETATION OF CONTRACT DOCUMENTS No oral interpretations will be made to any bidder as to the meaning of the Contract Documents. Requests for an interpretation shall be made in writing and delivered to Metro at least ten days before the date announced for submitting bids. Interpretations by Metro will be in the form of addenda to the Contract Documents and when issued will be sent as promptly as is practicable to all parties to whom the Contract Documents have been issued. All such addenda upon issuance by Metro shall become part of the Contract Documents and any subsequently awarded contract. Bidders shall not rely upon any oral statements or conversations, whether at the pre -bid conference or otherwise, they may have with Metro regarding the Contract Documents. 1.05 REQUIREMENTS FOR MINORITY AND WOMEN BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY To provide certified firms the maximum opportunity to participate in this work and to ensure affirmative action in employment, each bidder shall comply with all requirements set forth in Part 2 of this Section 00100. 1.06 ACKNOWLEDGMENT OF ADDENDA Each bidder shall include on the Bid Form in Section 00300 specific acknowledgment of receipt of all addenda issued during the bidding period. 1.07 WAGES This Contract is subject to Chapters 39.12 and 49.28 RCW, and amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits and other requirements. Bidders shall examine and be familiar with such requirements and paragraph 00710 -1.04. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the bidder /Contractor or a failure to include in the bidder's bid price adequate increases in such wages during the performance of this Contract. 1.08 TAXES A. Metro has determined that the work to be performed under this Contract qualifies as a public road improvement under the State of Washington Department of Revenue published Rule 171 (Reference: Washington Administrative Code 458 -20 -171) and that the Contractor's charge to Metro is not subject to payment of retail sales tax. However, bidders are advised that they are considered the consumers of all materials including prefabricated and pre -cast items, equipment and supplies used or consumed by them in performing the work and must pay retail sales /use tax to their materialmen and suppliers. If a bidder has questions about the application of Rule 171, the bidder shall contact the Department of Revenue. B. Except as provided in subparagraph C of this paragraph 00100 -1.08, the bidder shall include in the bidder's proposed price(s) all applicable taxes, including retail sales /use taxes as specified above, which the Contractor will be required to pay for the work under this Contract. No adjustment will be made in the amount to be paid by Metro under this Contract because of any misunderstanding by or lack of knowledge of the bidder /Contractor as to liability for, or the amount of, any taxes for which the bidder /Contractor is liable or responsible by law or under this contract or because of any increases in tax rates imposed by any federal, state or local government. T/M19 -94 001100.2 BIDDING REQUIREMENTS C. Retail sales /use taxes, if any, payable on equipment, materials and other items provided hereunder to the Contractor by Metro shall not be included in the bidder's proposed prices. If taxes on such items are required to be paid, Metro shall make such payment, either through the Contractor or direct to the Washington State Department of Revenue. 1.09 PROGRESS AND COMPLETION Time shall be strictly of the essence for this Contract. Progress and completion of the work shall comply with all requirements herein, including paragraph 00710 -6.02 and intermediate and final completion dates as may be set forth in the Specifications. The submission of a bid shall constitute the bidder's acknowledgment that such progress and completion requirements have been taken into account in formulating a price for this work. 1.10 RELATED WORK Bidders are advised that Metro and others may have related projects under construction at or near the site of the work and may have other projects under construction and other contracts awarded concurrently with this Contract or subsequent to it which involve: (1) work which abuts to or connects with the work of this Contract; and (2) work which must be accomplished in the same vicinity of the work under this Contract. It is expected that such other contract work will be carried out concurrently with the work of this Contract. The Contractor shall use its best efforts to cooperate and coordinate its activities with such other contract work. 1.11 BID PRICE A. The bid price shall include everything necessary for the prosecution and completion of the work and fulfillment of the Contract including, but not limited to, furnishing all materials, equipment, tools, plant and other facilities and all management, superintendence, labor and services, field design, except as may be provided otherwise in the Contract Documents. B. Prices set forth on the Bidding Schedule will be reviewed by Metro for mathematical accuracy. Metro reserves the right to correct mathematical errors that are obvious on the face of the Bidding Schedule. In the event of a discrepancy between a unit price and the extended amount for a bid item, the unit price will control. The prices, corrected for mathematical errors, shall be used as the amount of the bid for evaluation and award purposes. C. Estimated quantities, if any, set forth on the Bidding Schedule are estimates only, being given only as a basis for the comparison of bids, and Metro does not warrant, expressly or by implication, that the actual amount of work will correspond to the estimated quantities. Metro reserves the right to increase or decrease the amount of any class or portion of the work and to make changes in the work as Metro may deem necessary or appropriate. The basis of payment for unit price bid items for which estimated quantities were set forth on the Bidding Schedule shall be the actual number of unit items provided or performed under this Contract. 1.12 QUALIFICATIONS OF BIDDERS A. In accordance with Section 20, King County Ordinance No. 11032 (incorporated herein by this reference), the following elements, in addition to price, shall be given consideration in evaluating the qualifications of and degree of responsibility to be credited to the bidder: (1) the ability, capacity and skill of the bidder to perform the Contract or provide the service required; (2) the character, integrity, reputation, judgment, and efficiency of the bidder; (3) whether the bidder has the financial resources and experience to perform the Contract properly and within the times specified; (4) the quality and timeliness of performance by the bidder of previous contracts with Metro and with other local governments and state and federal agencies, including but not limited to, the relative costs, burdens, time and effort necessarily expended by Metro or such governments and agencies in securing satisfactory performance and resolving claims; (5) the previous and existing compliance by the bidder with laws relating to public contracts or services, including, but not limited to, minority and women business enterprise and equal employment opportunity requirements; (6) the history of the bidder in filing claims and litigation on prior projects involving Metro or on other public or private projects and, (7) such other information as may be secured having a bearing on the decision to award the Contract. Metro's determinations shall be conclusive. T/M18 -94 00100 -3 BIDDING REQUIREMENTS B. Each bidder shall demonstrate to the satisfaction of Metro that the bidder has sufficient qualifications and financial capability to perform the work under this Contract. The burden to demonstrate such qualifications shall be on the bidder. That a bidder is licensed and registered as a contractor in accordance with the laws of the state of Washington (which is required in order for a bidder to submit a bid hereunder) and provides a bid guaranty as required herein shall not be sufficient, in and of themselves, to demonstrate such qualifications and responsibility. C. Each bidder shall be skilled and regularly engaged in the general class or type of work called for under this Contract. It is the intention of Metro to award this Contract to a bidder who furnishes satisfactory evidence of its key personnel's and its proposed subcontractors' requisite experience and ability and of sufficient capital, facilities, and plant to enable prosecution of the work successfully and properly and completion within the Contract Time set forth in the Contract Documents. D. Metro considers competent, experienced supervision and continuity of management to be of importance to the successful and timely completion of the work. Key personnel assigned to the work shall be thoroughly familiar with all aspects of the skills required for the timely and proper execution of the Contract and shall remain in full, continuous and personal supervision of the work until its completion. E. Metro considers competent, experienced subcontractors to be of importance to the successful and timely completion of the work. Proposed subcontractors shall be thoroughly familiar with the aspects of the work which they will perform. In determining whether subcontractors are so qualified, Metro shall be entitled to evaluate subcontractors pursuant to the criteria in paragraph 00100 -1.12A above. F. To determine the degree of responsibility to be credited to the bidder, Metro will weigh any evidence, whether submitted by the bidder or obtained otherwise by Metro, that the bidder, the bidder's key personnel available for employment in responsible charge of the work, and the bidder's proposed subcontractors have performed satisfactorily other contracts of like nature, magnitude and comparable difficulty and comparable rates of progress. 1.13 PREPARATION AND SUBMITTAL OF BIDS A. Bids shall be made on the forms listed in Section 00150 and provided herein. The completed forms constituting the bid shall be enclosed in a sealed envelope labeled with the Contract Number and Contract Title set forth in Section 00020; the remainder of the Contract Documents do not have to be submitted. Bidders are warned against making erasures or alterations of any kind, and bids which contain omissions, erasures or irregularities of any kind may be rejected. Any qualification, addition, limitation or provision attached to a bid may render the bid non - responsive. No oral, telegraphic or telephonic bids or modifications will be considered. B. All bids shall give the price proposed, shall give all other information required herein, and shall be signed by the bidder, or an authorized representative, with the bidder's address. If the bid is made by an individual, the bidder's name, signature and post office address must be shown; if made by a partnership or joint venture, the name and post office address of the partnership or joint venture and the signature of at least one of the general partners or authorized joint venture partners must be shown; if made by a corporation, the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person who signs on behalf of the corporation must be shown. If the bid is made by a corporation, a certified copy of the bylaws or resolution of the board of directors of the corporation shall be furnished, upon request of Metro, showing the authority of the officer signing the bid to execute contracts on behalf of the corporation. If the bid is made by a partnership or joint venture, a certified copy of the resolution or agreement empowering such representative to execute the bid and bind the firm, partnership or joint venture shall be furnished upon request of Metro. C. A bidder, upon request of Metro, shall provide copies of articles of incorporation, partnership or joint venture agreements and any other documents evidencing the legal status of the bidder. 1.14 MODIFICATION AND WITHDRAWAL OF BIDS AND CLAIM OF ERROR A. A modification of a bid already received will be considered only if the modification is received prior to the time announced for the submittal of bids. All modifications shall be made in writing, executed and submitted in the same form and manner as the original bid. T/M1 &94 00100-4 BIDDING REQUIREMENTS B. No bidder may withdraw a bid after the time and date established for submitting bids, or before the award and execution of the Contract, unless the award is delayed for a period exceeding 90 days from the date of opening of bids. Metro reserves the right to request a bidder or bidders to grant an extension of such effective period. C. No consideration will be given by Metro to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to Metro within forty-eight hours after the opening of bids. Metro reserves the right to require the submittal of other bid records or information as Metro may deem necessary to evaluate the claim. Any review by Metro of a bid and /or any review of such a claim of bid error (including supporting evidence) creates no duty or liability on Metro to discover any other bid error or mistake, and the sole liability for any bid error or mistake rests with the bidder or Contractor. 1.15 BID GUARANTY The bid shall be accompanied by a bid guaranty bond, either the form provided in Section 00410 or a form containing provisions substantially similar to those in Section 00410, duly completed by a guaranty company authorized to carry on business in the state of Washington or, alternatively, by a certified or cashier's check drawn upon a banking institution with a branch office in the state of Washington, payable to the order of KING COUNTY, in an amount not less than five percent (5 %) of the Total Bid Price. The surety signing the bid guaranty bond shall be registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington published by the Office of the Insurance Commissioner. The amount payable to King County under the bid guaranty bond, or the certified or cashier's check and the amount thereof, as the case may be, shall be forfeited to King County in case of a failure or neglect of the bidder to furnish, execute and deliver to Metro the required performance bond and evidences of insurance and to enter into, execute and deliver to Metro the agreement on the form provided in the Contract Documents within ten days after being notified in writing by Metro that the award has been made to and the agreement is ready for execution by the bidder. 1.16 POSTPONEMENT OF OPENING Metro reserves the right to postpone the date and time for opening of bids at any time prior to the date and time established herein. 1.17 COLLUSION If Metro determines that collusion has occurred among the bidders, none of the bids of the participants in such collusion will be considered. Metro's determination shall be conclusive. 1.18 REJECTION OF BIDS A. Metro reserves the right to reject any bid for any reason including, but not limited to, the following: any bid which contains any omission, erasure or irregularity; any bid which has any qualification, addition, limitation or provision attached to the bid; any bid lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Bidding Schedule; any bid in which prices are unbalanced in the opinion of Metro; any bid accompanied by insufficient or irregular bid guaranty; any bid found non - responsive by Metro; any bid from bidders who (in the sole judgment of Metro) lack the qualifications and /or responsibility necessary to perform the work properly considering the elements in paragraph 00100 -1.12; any bid which is not approved as being compliant with the requirements for Equal Employment Opportunity; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by Metro and as may be otherwise required herein; and, any bid submitted by a bidder who is not registered or licensed as may be required by the laws of the state of Washington. B. Metro further reserves the right to reject any bid, any portion of any bid and /or to reject all bids. In consideration for Metro's review and evaluation of its bid, the bidder waives and releases any claims against Metro arising from any rejection of any or all bids. T/M18 -94 00100.5 BIDDING. REQUIREMENTS C. Metro shall find non - responsive and reject any bid which does not comply with the M /WBE requirements for this Contract. 1.19 BID EVALUATION A. Prior to award, the apparent lowest bidder and any other bidder directed by Metro shall attend a bid evaluation conference. The purposes of such conference will be to receive documents and information from the bidder and to have the bidder respond to questions by Metro regarding evaluation of bids. Metro may also emphasize other items, such as insurance and bonding, that will assist in issuance of a notice to proceed if a contract is awarded to the bidder. B. To assist in considering a bidder's compliance with the M /WBE and EEO Requirements for this Contract, the bidder, at the bid evaluation conference, shall specify what affirmative action the bidder has taken or proposes to take to assure equal employment opportunity throughout all phases of the work. The bidder shall submit verification from each of its proposed subcontractors that the proposed subcontractor has been notified of the Apprenticeship Program requirements, and shall submit a description of the affirmative efforts proposed by the bidder and its proposed subcontractors to implement the Apprenticeship Program requirements. In addition, at the bid evaluation conference, the bidder shall submit letters of intent to each proposed certified firm, except joint venture partners, as required by paragraph 00100 -2.05. The bidder shall also bring to the conference any documents required by Metro as necessary for review prior to award. C. By conducting a bid evaluation conference, Metro has not thereby waived its right to make determinations regarding responsiveness and responsibility of the bidder. 1.20 AWARD OF CONTRACT A. Bids will be evaluated by Metro to determine which bid is the lowest responsive bid by a responsible bidder and which bid, if any, should be accepted in the best interest of Metro. Metro in its sole discretion reserves the right, but without obligation, to waive informalities and irregularities. 1. Responsiveness. Metro will consider all the material submitted by the bidder to determine whether the bidder's offering is in compliance with the Contract Documents. 2. Responsibility. Metro will consider all material submitted by the bidder, and evidence it may obtain otherwise, to determine whether the bidder, its key personnel, and proposed subcontractors have the qualifications and experience as defined in paragraph 00100 -1.12 to successfully complete contracts of this type. 3. Lowest. Metro will determine the "lowest" amount in accordance with Section 00310. B. Within 120 days after the opening of bids, Metro will either accept a bid, reject all bids, or take such other action as may be in its best interest. Metro reserves the right to request extensions of the bid acceptance period. The acceptance of a bid will be evidenced by a written notice of award of contract delivered in person or by certified mail to the bidder whose bid is accepted. 1.21 PERFORMANCE AND PAYMENT BOND The bidder to whom Metro awards this Contract shall furnish a performance and payment bond only on the form provided in Section 00610 in the amount of 100% of the Contract Price as security for the faithful performance and completion of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the state of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety(ies) which is registered with the Washington State Insurance Commissioner, and the surety's(ies') name shall appear in the current Authorized Insurance Company List in the state of Washington published by the Office of the Insurance Commissioner. The scope of the performance and payment bond or the form thereof prescribed in Section 00610 shall in no way affect or alter the liabilities of the Contractor to Metro under paragraph 00710 -5.01. Metro may require the surety(ies) to appear and qualify themselves upon the bond. If at anytime Metro determines, in its sole'judgment, that the surety(ies) are insufficient, Metro may require the Contractor to furnish additional surety in form and arrangement satisfactory'to Metro and in an amount not T/M1 &94 00100 -6 BIDDING REQUIREMENTS ■ exceeding that originally required. Payments will not be made on the Contract until sufficient surety as required is furnished. 1.22 EXECUTION OF CONTRACT AND NOTICE TO PROCEED A. The agreement form set forth in Section 00510 shall be executed in duplicate and returned, together with the performance and payment bond, evidences of insurance, and Contractor's Work Force Profile Statement, within ten days after the bidder receives written notice of the award of contract. After execution by Metro, one copy of the signed Contract Documents will be returned to the Contractor. B. The bidder shall complete the Work Force Profile Statement and submit it to Metro's M /WBE and Contract Compliance Office — M.S. 107, 821 Second Avenue, Seattle, Washington 98104, no later than ten (10) calendar days after Metro's Notice of Award. Failure to complete and submit this form as required may result in Metro withholding or withdrawing notice to proceed on the work. In addition, the Work Force Profile Statement for Subcontractors and the Subcontractor's Sworn Statement Regarding Equal Employment Opportunity shall be completed by each subcontractor and submitted by the Contractor to the M /WBE and Contract Compliance Office at least five (5) days prior to the time each subcontractor shall begin work. C. Metro reserves the right to issue Notice to Proceed at any time up to 60 days following execution of the agreement form by Metro. 1.23 RETURN OF BID GUARANTIES As soon as practicable after the bids are opened, Metro will return the bid guaranties accompanying the bids which are not to be considered in making the award. All other bid guaranties will be held until the Contract has been fully executed; after which, they will be returned to the respective bidders whose bids they accompany. If Metro upholds a bidder's claim of error, the bidder's bid guaranty will be returned with Metro's final determination on the claim of error. 1.24 PROTEST PROCEDURES A. Any actual or prospective bidder, including subcontractors and suppliers showing a sub- stantial economic interest in this Contract, who is aggrieved in connection with the solicitation or award of this Contract may protest to Metro in accordance with the procedures set forth herein. Protests based on the Specifications or other terms in this Contract Document, which are apparent prior to the date established for submittal of bids, must be received by Metro not later than ten calendar days prior to . said date. Protests based on other circumstances must be received by Metro within five calendar days after the aggrieved per- son knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this Contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the contract number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: King County Department of Metropolitan Services, Exchange Building, 821 Second Avenue, Seattle, Washington 98104, Attention Supervisor, Contracts Section — M.S. 125, Bid Protest. C. Upon receipt of a timely written protest, the Director of Technical Services will promptly consider the protest and may give notice of the protest and its basis to other persons, including bidders, involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the aggrieved person and Metro, the Director of Technical Services will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of the right to appeal the decision to Metro's Executive Director. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties. The decision will be considered final and conclusive unless appealed to the Executive Director. If the decision is appealed, then the subsequent determination of the Executive Director shall be final and conclusive. T/M18 -94 00100-7 BIDDING REQUIREMENTS D. Failure to comply with these protest procedures will render a protest untimely or inadequate and may result in rejection thereof by Metro. 1.25 QUALIFICATIONS INFORMATION By way of demonstrating and documenting qualifications, bidders selected by Metro, after bids have been opened, shall submit such information as may be required by and pursuant to paragraph 00100 -1.12 herein. Metro may direct a bidder or bidders to submit qualifications information including, but not limited to, the items set forth in Section 00420. Upon such direction, the bidder shall promptly prepare, complete and submit such information to Metro; provided, such information shall be submitted no later than three days (excluding holidays, Saturdays and Sundays) after notification by Metro to the bidder. 1.26 INSURANCE Metro has established certain insurance requirements as set forth in paragraph 00710 -5.02 herein. The bidder to whom Metro awards this Contract shall file with Metro evidences of insurance from insurer(s) certifying to the coverage of all insurance required herein. Any bidder having questions about the insurance requirements should immediately contact the Manager of Risk Administration, (206) 684 -1393. 1.27 SINGLE BID A. If Metro receives a single responsive, responsible bid, Metro shall have the right, in its sole discretion, to extend the bid acceptance period for an additional 45 days and to conduct a price or cost analysis on such bid. The bidder shall promptly provide all cost or pricing data, documentation and explanation requested by Metro to assist in such analysis. By conducting such analysis, Metro shall not be obligated to accept the single bid; Metro reserves the right to reject such bid or any portion thereof. B. By way of explanation but not as limitation, the terms "price analysis" and "cost analysis" are generally described as follows: (1) "price analysis" means the process of examining and evaluating a proposed price without evaluating its separate cost elements and proposed profit; and (2) "cost analysis" means the review and evaluation of the separate cost elements and proposed profit of (a) the bidder's cost or pricing data, and (b) the judgmental factors applied in projecting from the data to the estimated costs, in order to perform an opinion on the degree to which the proposed costs represent what the contract should cost, assuming reasonable economy and efficiency. C. By submitting a bid, the bidder has thereby agreed to the provisions set forth in this paragraph 00100 -1.27. 1.28 PROPOSED SUBCONTRACTORS In accordance with RCW 39.30.060, each bidder shall list on the form provided in Section 00340 the name of each subcontractor to whom the bidder proposes to sublet portions of the work in excess of ten percent (10%) of the contract price and a description of the work to be performed. If no subcontractor will perform more than 10% of the work, the bidder shall check the appropriate box. Failure to submit a properly completed Section 00340 shall result in the bid being found non - responsive and the bid shall not be considered for award. The bidder is also asked to provide the address of the firm, and the estimated value of the work to be performed. For the purpose of this paragraph, a subcontractor is defined as one who contracts with the Contractor to furnish materials and labor, or labor only for the performance of work at the work site. Metro reserves the right to require a bidder, after bid opening, to provide a statement of experience with references for any proposed subcontractor(s). 1.29 GEOTECHNICAL INVESTIGATIONS A. Geotechnical investigations were conducted for Metro for use in design for the Contract. Such information is listed in Section 01036 of the Specifications herein. B. The geotechnical and other site information listed in Section 01036 is available to bidders for reference in order that the bidders may have the same information as is available to Metro. The information is not intended by Metro as representations of geotechnical and other site conditions, except for those conditions at the specific times and locations of the investigations. The information is not a part of the Contract Documents. T/M18 -94 00100-8 BIDDING REQUIREMENTS C. Metro does not warrant and specifically disclaims responsibility for the interpretation by bidders of such geotechnical and other site information. Each bidder shall make at its own risk its own interpretations, deductions and conclusions as to the nature of the materials to be excavated, the difficulties of making and maintaining the required excavations, the difficulties that may arise from unforeseen geotechnical and other site conditions, and of doing any other work affected by such conditions, and shall accept full responsibility therefor. Except as specifically provided in paragraph 00710 -2.04 F, the bid price shall include full consideration of all costs to perform the work, including all surface and subsurface conditions, based on the bidder's interpretation of such information. PART 2 — MINORITY AND WOMEN BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY BIDDING REQUIREMENTS 2.01 POLICY AND GENERAL REQUIREMENTS A. As set forth in Section 19, King County Ordinance 11032, it is Metro's policy that minority and women business enterprises ( "certified firms ") shall have the maximum practicable opportunity to participate in the performance of contracts for materials and supplies and in providing construction services for and to Metro, and that contractors and subcontractors shall afford equal opportunity in employment while providing materials and supplies and construction services for and to Metro. Section 19, King County Ordinance 11032 is by this reference incorporated herein as though fully set forth. B. In furtherance of this policy and the requirements of Section 19, King County Ordinance 11032, Metro has established certain utilization goals set forth in Section 00020, and submittal requirements set forth in this Section 00100, with which each bidder shall comply to be considered responsive. Failure to comply with the utilization goals or the submittal requirements shall render a bid non - responsive, resulting in the bid not being considered for award by Metro. C. Consistent with the policy cited above, the bidder shall take all necessary and reasonable steps to ensure that certified firms have the maximum opportunity to participate in the performance of contracts and subcontracts hereunder. The bidder shall not discriminate on the basis of religion, race, creed, color, sexual orientation, national origin, age, sex or the presence of any sensory, mental or physical disability in the award and performance of such contracts and subcontracts. D. Questions concerning compliance with these utilization goals and submittal requirements shall be immediately directed to Metro's M /WBE and Contract Compliance Office at (206) 684 -1330 or in writing to the M /WBE and Contract Compliance Office at 821 Second Avenue, M.S. 107, Seattle, Washington 98104. If appropriate, such questions may be treated as requests for interpretation and answered by addenda to the Contract Documents. In addition, each bidder is strongly encouraged to attend the pre -bid conference scheduled by Metro for this Contract and to ask questions there. 2.02 DEFINITIONS Where used in the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine and feminine and neuter of the words and terms. "Certified firms) ": Means any firm certified at the date and time of bid by the Washington State Office of Minority and Women's Business Enterprise ( "State OMWBE") as a MBE, WBE, MWBE or CBE. This means that the State OMWBE has notified a firm that the firm has met all requirements and eligibility criteria under the state law and regulations, and that the State OMWBE has issued a certification registration number to such firm. "Classification ": when used in reference to a certified firm means the MBE, WBE, CBE or MWBE ownership classification under which the certified firm was certified. "Combination Business Enterprise" or "CBE ": means a small business concern organized for profit that is fifty percent owned and controlled by one or more minority men or MBEs certified by the state OMWBE and fifty percent owned and controlled by one or more non - minority women or WBEs certified by the state OMWBE. "Commercially useful function ": is the performance of a distinct element of work for Metro by a firm which has the skill and expertise as well as the responsibility of actually performing, managing and supervising the work using its own work force and resources. In evaluating whether a certified firm is T/MI8 -94 00100-9 BIDDING REQUIREMENTS performing a commercially useful function, factors such as how the scope and price for the work were established, the type and amount of work to be performed, the extent of reliance on any non - certified firm, industry and trade practices, the complexity or special requirements of the work and other relevant factors shall be examined. "Controlled" means that the minority or woman owner(s) must possess and exercise management and operational control over the day - to-day affairs of the business. The factors set forth in WAC 326 -20-080 will be used by Metro in determining whether the control requirement is met. "Minority business enterprise" or "MBE ": means a small business concern, organized for profit which is legitimately owned and controlled by one or more minority individuals or minority business enterprises certified by the state OMWBE. "Minority Business Goal" or "MBG ": a goal which can be met only by utilizing MBEs, or MWBEs counted toward the Minority Business Goal in accordance with paragraph 00100- 2.08A2c, or CBEs counted toward the Minority Business Goal in accordance with paragraph 00100- 2.08A.2d, or any combination of the three. "Minority women's business enterprise" or "MWBE ": means a small business concern, organized for profit which is legitimately owned and actually controlled by one or more minority women and is certified by the state OMWBE. "M/WBE ": when there is a slash mark between the M and the W, the acronym is referring to the phrase "Minority and Women Business Enterprise" used to describe Metro's overall program. It does not refer to an individual business classification. "Utilization goals) ": refers to the one or more minimum utilization goal or goals stated in Section 00020 to be met by the use of certified firm(s). These goals may be stated in any manner deemed appropriate by Metro, including but not limited to the following: as a percentage of the Total Bid Price to be filled by any combination of certified firms; as separate Minority Business Goal and Women Business Goal to be filled by certified firms according to their designation in paragraph 00100- 2.08A.2; as a minimum number of certified firms that must be utilized in order to meet other utilization goals. "State OMWBE": means the Washington State Office of Minority and Women's Business Enterprises. "Substitute ": for purposes of the M /WBE provisions, means replacing one certified firm for another or increasing the level of utilization of certified firms in order to maintain the level of utilization set forth in the bidder's bid. "Type -of -work category": the category of work the certified firm falls into for purposes of determining how much of the money to be paid to the firm is countable toward the applicable MBG and /or WBG goal (purchaser and installer, supplier, manufacturer, etc.) . "Women's Business Enterprise" or "WBE ": means a small business concern, organized for profit which is legitimately owned and actually controlled by one or more women or women's business enterprises certified by the state OMWBE. "Women Business Goal" or "WBG ": a goal which can be met only by utilizing WBEs, or MWBEs counted toward the Women Business Goal in accordance with paragraph 00100- 2.08A.2c, or CBEs counted toward the Woman Business Goal in accordance with paragraph 00100- 2.08A.2d, or any combination of the three. 2.03 MINORITY AND WOMEN BUSINESS ENTERPRISE SUBMITTALS A. The bidder shall submit to Metro as a part of its bid all documentation required herein. All materials submitted will be evaluated to determine whether the bidder has satisfied the requirements for M /WBE utilization and Section 19, King County Ordinance 11032. B. Not later than the time and date established for submittal of bids, the bidder shall complete, execute, have notarized and submit the "Sworn Statement Regarding Minority and Women Business Enterprise Commitment" set forth in Section 00320. On Attachment A to said Sworn Statement, the bidder shall name certified firms with whom the bidder proposes to contract if the bidder is awarded this Contract, and indicate the dollar value for each named certified firm. Failure to specifically name the certified firms, and to indicate the dollar values for each shall result in a bid being determined non - responsive. If the bidder is a certified firm and proposes to meet the applicable Minority Business Goal or Women Business Goal using its own participation, the bidder shall identify itself on Attachment A, as appropriate. In addition, Metro requests that the bidder identify under which type -of -work category each certified firm will be T/M18 -94 00100 -10 BIDDING REQUIREMENTS . , performing, and that the bidder provide a description of the actual work to be performed by each certified firm using its own labor, equipment and resources. C. The bid will be found non - responsive, and rejected if: 1. The bidder does not submit both the sworn statement and Attachment A; or 2. The bidder's sworn statement or Attachment A contains material omissions; or 3. The bidder's sworn statement or Attachment A project utilization of certified firms at levels less than the utilization goals set forth in Section 00020. 2.04 MINORITY AND WOMEN BUSINESS ENTERPRISE GOALS A. As one element of responsiveness, the bidder must commit in the bid to utilize certified firms at levels which equal or exceed the utilization goals set forth in Section 00020. Failure to do so will result in the bid being rejected as non - responsive. B. The utilization goals set forth herein shall apply to change orders and amendments adjusting the Contract Price such that actual certified firm utilization achieved during the performance under this Contract is equal to or greater than the utilization goals stated in Section 00020. C. If a bidder's utilization commitment in Attachment A exceeds the minimum utilization goals stated in Section 00020, and Metro determines that it will not count all or a portion of the participation of a given certified firm(s), the bidder will not be required to substitute another certified firm or firms for the disallowed firm provided the bidder's utilization commitment continues to meet or exceed the minimum stated utilization goals once the commitment to the disallowed certified firms) is deducted from the total commitment. D. The utilization goals are based on an examination of the subcontracting opportunities contained in this Contract, the availability of certified firms to perform such subcontracting work, and other factors relevant to achieving the purposes of Section 19, King County Ordinance 11032. If a bidder is having difficulty identifying subcontracting opportunities, obtaining participation from certified firms, or is experiencing other problems related to meeting these goals, the bidder may contact Metro's M /WBE and Contract Compliance Office immediately. Metro's M /WBE and Contract Compliance Office will provide assistance to bidders when requested. However, it is the bidder's responsibility to evaluate subcontractors and to secure and commit to the utilization goals as set forth in this Contract. 2.05 REVIEW OF SUBMITTALS A. The information on the "Sworn Statement Regarding Minority and Women Business Enterprise Commitment ", including Attachment A thereto, shall be reviewed and verified by Metro to determine whether a bidder has complied with the utilization goals and these requirements. B. After bids are opened, Metro may, at its discretion, undertake any of the following verification practices: 1. Conduct interviews with any certified firms. 2. Request supplemental information from any named certified firm pertaining to the certified firm's scope of work, certification status, and verifying the certified firm's performance of a commercially useful function. 3. In the event the certified firm expects to share the resources of a non - certified business enterprise, Metro may require information describing the extent to which facilities, financial assistance, equipment or personnel are.to be shared. 4. Convene a bid evaluation conference at which attendance by both the bidder and the certified firm may be required. 5. Conduct a reference and financial check of the certified firm to verify the firm has the expertise, financial resources and other resources to perform the scope of work identified. 6. Such other verification practices as is deemed necessary. C. Certified firms shall be prepared to provide the following information to Metro upon request: 1. If the certified firm provided a lump sum, unit price or quote other than a time and materials quote, the certified firm shall provide to Metro: a) the certified firm's understanding of the scope of work; b) the take -off sheets, estimates or other documentation demonstrating that the certified firm T/M18 -94 00100-11 BIDDING REQUIREMENTS calculated its own bid prior to the bidder's bid submittal to Metro; c) the certified firm's understanding of the equipment, materials and other resources they will need to carry out the work, including the purchase, ownership, lease or rental arrangements, origin and location of such equipment, materials and other resources. 2. If the certified firm provided a time and materials quote, the certified firm shall provide to Metro the following: a) the certified firm's understanding of the projected scope of work; b) the certified firm's unit prices and other information provided to the bidder regarding the limits and exclusions contained in the certified firm's quote; c) the certified firm's understanding of the projected dollar amount, magnitude and duration of the work; d) the certified firm's understanding of the equipment, material and resources needed to perform the work based on prior projects, including the purchase, ownership, lease or rental arrangements, origin and location of such equipment, materials and other resources; and evidence that the certified firm's quote was provided to the bidder prior to the submittal of the bidder's bid to Metro. 3. Failure of the certified firm to provide this information in a complete and accurate form may result in a finding that the firm is not performing a commercially useful function. 2.06 MINORITY AND WOMEN BUSINESS ENTERPRISE ELIGIBILITY A. For purposes of meeting the MBG and WBG goals and demonstrating compliance with these Requirements, bidders shall use ONLY certified firms which are certified by the Washington State Office of Minority and Women's Business Enterprise, (hereinafter the "State OMWBE") at the time bids are submitted. B. It is the bidder's responsibility to ensure that all firms projected for use to meet the M /WBE goals are certified by the State OMWBE at the time bids are submitted. Firms which have not been certified by the State OMWBE by the bid submittal date and time shall not be considered by Metro in determining whether the bidder has met the goals and complied with these requirements. To determine whether a firm has in fact been certified by the State OMWBE a bidder shall contact the State OMWBE at (206) 753 -9693, or utilize the OMWBE Directory of Certified Minority, Women and Disadvantaged Business Enterprises in effect on the date bids are due. 1. In the event of a discrepancy between the classification (as an MBE, WBE, CBE or MWBE) of a firm in the OMWBE Directory, and the classification verbally given by the OMWBE, the classification in the OMWBE Directory will control. 2. If a business listed by the bidder in Attachment A to its Sworn Statement Regarding Minority and Women Business Enterprise Commitment form is not certified and does not appear in the OMWBE Directory, the utilization of said business will not be counted toward the fulfillment of any utilization goal, and the bidder shall not substitute another firm. 3. If a business listed by the bidder in Attachment A to its Sworn Statement Regarding Minority and Women Business Enterprise Commitment form has been de- certified after the printing of the OMWBE Directory, the bidder will be required to substitute a certified firm(s) for the de- certified firm(s) at no additional cost to Metro in accordance with paragraph 00100 -2.11. 2.07 MINORITY AND WOMEN BUSINESS ENTERPRISE SOLICITATION AND UTILIZATION PROCEDURES A. Utilization of minority and women's business enterprises may be accomplished through contracting, subcontracting, joint ventures, procurement of supplies, materials or equipment, or by such other methods as may be approved by Metro's M /WBE and Contract Compliance Office. B. CONTRACTING (BIDDER) METHOD If the bidder is a certified firm, it may count its own participation toward meeting the utilization goals, in accordance with paragraph 00100 -2.08. C. SUBCONTRACTING METHOD The bidder may utilize certified firms on the basis of competitive bids and /or negotiated subcontracts. The bidder shall submit at the bid evaluation conference, or upon request, copies of letters of intent signed by the bidder and counter - signed by the certified firm. Such letters of intent shall set forth the scope and dollar value of the work to be performed by the certified firms, consistent with the bidder's projected use of the certified firm in the bid document. T/M18 -94 00100 -12 BIDDING REQUIREMENTS D. JOINT VENTURE METHOD A joint venture (either as a bidder or proposed subcontractor) between a non - certified firm and one or more certified firms may be used to meet the utilization goals, if the certified partner(s) is /are certified by the State OMWBE and the certified partner(s) is /are responsible for a clearly defined portion of the work which is detailed separately from the work to be performed by the non - certified joint venture partner. Only the work to be performed by the certified partner(s) shall be counted toward the applicable utilization goals. Such agreement shall identify the extent to which each joint venture partner shares in the ownership, control, management, risks and profits of the joint venture. The certified partner's portion of the work shall be assigned a commercially reasonable dollar value if that portion is intended to meet a dollar level based utilization goal for this Contract. The burden of persuasion shall be on the joint venture partners to demonstrate to the satisfaction of Metro that the certified partners will perform a commercially useful function, as defined herein, under the joint venture agreement. Any such joint venture will be subjected to close scrutiny by Metro. Even though a proposed joint venture agreement may be consistent with legal principles of contracting and with normal industry practices, that, in and of itself, does not mean that Metro will determine that the joint venture will satisfy the utilization goals set forth herein. Bidders or subcontractors intending to use a joint venture to meet utilization goals should submit the joint venture agreement to Metro two weeks before bids are due so that Metro can determine whether the joint venture can be counted toward the utilization goals. The bidder assumes the risk that the joint venture will not be counted by failing to submit said joint venture agreement to Metro for prior determination. 2.08 DETERMINING WHICH GOAL TO COUNT A CER n IED FIRM'S UTILIZATION TOWARDS A. Participation by certified firms, regardless of tier, which will perform commercially useful functions shall be counted toward meeting the utilization goals set forth herein as follows: 1. Subject to the other provisions of this paragraph, a bidder may count toward a dollar based utilization goal ONLY the dollar value which will actually be paid to the certified firm. 2. Whether a certified firm's utilization will be counted towards an MBG and /or WBG is determined by the certified firm's classification as an MBE, WBE, MWBE or CBE. The following classifications shall be counted toward the following goals: a. Participation by an MBE will be counted only toward the MBG. b. Participation by an WBE will be counted only toward the WBG. c. Participation by an MWBE will be counted towards either the MBG or the WBG, but not to both; the bidder shall designate the goal to which the dollar value is applied. d. Participation by a CBE shall be counted by dividing the total dollar value of the contract or portion of the contract performed by the CBE by two. One -half of the dollar value will be counted towards the MBG goal and one -half will be counted towards the WBG. 3. Joint Ventures will be counted in accordance with the provisions of paragraphs 00100- 2.07.D., and 00100- 2.08.A.2. 2.09 DETERMINING COUNTABLE DOLLAR VALUE OF UTILIZATION A. The dollar value of the participation by a certified firm that will be counted towards dollar value based utilization goals (such as percentage goals) depends upon the type of work category(ies) the certified firm's work falls under. A certified firm's scope of work must fall within one or more of the following type -of -work categories in order to be counted. Except as provided in subparagraphs B through E of this paragraph 00100 -2.09, the dollar value of the participation shall be counted as indicated in paragraph 00100 -2.08. 1. MANUFACTURER: A bidder shall count the entire dollar value which will be paid to a manufacturer that is a certified firm (i.e. a firm that produces goods from raw materials or substantially alters them before resale). 2. REGULAR DEALER: A bidder shall count the entire dollar value that will be paid to a certified firm which is a regular dealer of materials or supplies required under this Contract. A regular dealer is a firm which: a) owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract are bought, kept in stock, and regularly sold in the usual course of business; and b) engages in, as its principal business, and in its own name, the purchase and sale of the materials or supplies in question; and c) has the actual and contractual responsibility to purchase and deliver the materials or supplies in question; and d) is not dependent upon the bidder or another firm that is involved with this Contract to identify or obtain supply sources, or TFM18 -94 00100 -13 BIDDING REQUIREMENTS otherwise fulfill the contract. A regular dealer in such bulk items as steel, cement, gravel, stone and petroleum products need not keep such products in stock, if it: a) owns or operates distribution equipment; and b) independently procures and delivers such bulk items (Le. the firm must directly handle and be responsible for the product at some point in the process.) 3. PURCHASER AND INSTALLER: A bidder shall count the entire dollar value which will be paid to a certified firm who is not a manufacturer or regular dealer, but who purchases and installs goods, materials or equipment. A certified firm purchaser and installer will be considered to be performing a commercially useful function when the certified firm: a) by its installation activity adds substantive value to the goods, materials or equipment installed; and b) has the actual and contractual responsibility to purchase and install the goods, materials or equipment, and c) where the goods, materials or equipment require more than one trade to install, or the installed item needs to be tested or commissioned, the certified firm shall have the responsibility to coordinate, direct and participate in the installation- related services provided by other trades, and in the testing and commissioning. 4. SUPPLIER: A bidder shall count ONLY twenty percent (20%) of the dollar value which will be paid to a certified firm which is a supplier who is not a manufacturer or regular dealer. A certified firm supplier will be considered performing a commercially useful function in the supply process when the function or service is one which is customarily performed as a distinct and necessary part of the supply process and when the certified firm supplier: a. Assumes the actual and contractual responsibility for furnishing the materials; and b. Delivers the materials. 5. INSTALLER: A bidder shall count the entire dollar value (including but not Iimited to the cost of labor, materials and supplies, and markups) of the work to be performed by a firm that will install equipment and goods that will be furnished to it by another firm. The bidder shall not count the cost of the equipment and goods supplied by the other firm unless that firm is a certified firm, in which case the other firm's utilization will be counted separately under the appropriate type of work category. B. The cost of purchasing the hydraulic lift equipment manufactured by Rotary Lift®, A Dover Industries Company, shall not be counted toward meeting the utilization goals. To the extent permissible under this bidding document, the cost of installation of the hydraulic lift equipment may be counted toward meeting the utilization goals. C. 1. The cost of concrete pumping services (not including the cost of the ready -mixed or wet concrete pumped, which is provided for in subparagraph B.2 below), may be counted toward meeting the utilization goals only if each of the following conditions is met: a. The certified firm will perform a commercially useful function as defined in paragraph 00100 -2.02. b. The certified firm owns the concrete pumping equipment or leases such equipment from a source that sells or leases such equipment as its principal business activity, and seller or leasing firm is not otherwise engaged in providing concrete pumping services. c. The certified firm will use employees normally employed by and under the control of the certified firm to operate the concrete pumping equipment, or will obtain personnel to operate such equipment from a source which provides such personnel as its principal business activity and does not provide concrete pumping services. 2. If concrete pumping services are counted as meeting the conditions of paragraphs 00100 -2.02 and 2.09, the cost of ready -mixed or wet concrete may only be counted as a part of providing concrete pumping services if the certified firm is the manufacturer of the concrete, or the certified firm purchases the concrete from another certified firm that is the manufacturer of the concrete. D. As a part of a purchase and install scope of work, the cost of ready -mixed or wet concrete may be counted toward meeting the utilization goals only if each of the following conditions is met: 1. The certified firm will perform a commercially useful function as defined in paragraph 00100 -2.02; and 2. The certified firm's scope of work will include, at a minimum, the actual and contractual responsibility for purchasing, forming, placing and finishing the concrete. The certified firm may subcontract portions of the scope of work to other certified firms. E. If the cost of ready -mixed or wet concrete is not counted because the conditions set forth in subparagraph 00100- 2.09C.2 are not met, the cost of labor and other costs associated with the installation T/M18 -94 00100 -14 BIDDING REQUIREMENTS tasks performed by the certified firm will be counted if the certified firm will perform a commercially useful function. F. Questions regarding whether a certified firm will be considered a manufacturer, regular dealer, purchaser and installer, supplier, or installer should be directed to Metro's M /WBE and Contract Compliance Office prior to submittal of a bid for this Contract. 2.10 REASONS FOR NOT COUNTING PARTICIPATION BY A CERTIFIED FIRM A. Participation by certified firms will not be counted toward the fulfillment of utilization goals in circumstances which would contradict or tend to defeat the purposes and policies of King County Ordinance 11032, such as, but not limited to, the following: 1. If, prior to bid submittal, the proposed certified firm did not submit a bid or proposal or otherwise commit to perform work under this Contract with the bidder; or 2. If the proposed certified firm will not perform a commercially useful function as defined in paragraph 00100 -2.02 and as specifically defined for individual type -of -work categories in paragraph 00100 -2.09. Participation by certified firms whereby the certified firm will act only as a broker (unless such is consistent with normal industry practice) or as a passive conduit to provide goods or services shall not be considered as commercially useful functions for purposes of meeting these requirements; or 3. If the proposed certified firm acts or operates in a manner inconsistent with the requisite ownership and control by the minority or women business owner(s); or 4. If it is apparent to Metro that the certified firm does not understand the work it is identified to perform as demonstrated by a lack of knowledge of the following items: the scope and duration of the work, labor, equipment, materials and other resources necessary to perform the work; magnitude and duration of the work; interrelationship of the work to other aspects of the project; contents or methods of computing its bid price. B. SUBCONTRACTS TO NON - CERTIFIED FIRMS: The dollar value of any portions of the work (excluding the procurement of materials and supplies) that a certified firm will contract to other than another certified firm, regardless of tier, will not be counted toward the applicable MBG or WBG goal. C. RELIANCE ON OTHER FIRMS: A certified firm that relies to a significant extent on a non- certified firm or contracts a significantly greater portion of the work than would be expected on the basis of normal industry practice will be presumed not to be performing a commercially useful function. The certified firm may present to Metro evidence to rebut this presumption. D. SALES AND MARKETING CONTRACTS: Contracts with sales, marketing and similar types of representatives shall not be considered a commercially useful function and will not be counted toward the utilization goals. 211 SUBSTITUTION REQUIREMENTS A. The bidder shall substitute certified firms at no additional cost to Metro, for certified firms excluded by Metro for reasons outside of the knowledge or control of the bidder as stated below, when the remaining certified firms listed by the bidder do not meet or exceed the utilization goals. If this occurs, the bidder will substitute certified firms so that the utilization of certified firms continues to meet or exceed all of the utilization goals set forth in this contract. By submitting a bid, the bidder agrees that the failure of the bidder to substitute certified firms as directed by Metro will result in the forfeiture of the bidder's bid bond. The following circumstances shall be considered to be outside the knowledge and control of the bidder: 1. In the event such bidder proposed to use a certified firm which met the eligibility criteria listed in this Contract Document prior to bid submittal but which is determined by Metro, prior to award of this Contract, to no longer meet the eligibility criteria of Metro as provided under the Contract Documents, or which firm was listed in the OMWBE Directory in effect at the time of bid opening but is no longer certified by the State OMWBE; or 2. In the event such bidder reasonably and justifiably relied on substantive assurances by a certified firm projected to participate hereunder relating to that firm's performance of a commercially useful function but such assurances were false, incomplete or in error and the certified firm is determined by Metro prior to award of this Contract not to be performing a commercially useful function as defined herein. What constitutes a "substantive assurance" will be determined by Metro on a case by case basis, but may include assurances related to qualifications, supply arrangements or other statements of specific abilities T/M1S -94 00100 -15 BIDDING REQUIREMENTS designed to lead the bidder into believing the firm will perform a commercially useful function. Generic statements such as "I can do it" do not constitute a substantive assurance which the bidder may rely upon.; or 3. In the event such bidder proposed to use a certified firm which, subsequent to bid submittal and for reasons other than those within the control of the bidder, is unable or unwilling to perform as projected; or 4. In the event such bidder reasonably and justifiably relied upon the assurances of a proposed certified firm that the portion of work to be counted toward the MBG or WBG goal would not be further subcontracted to non - certified businesses, but prior to the award of this contract, Metro determines that the certified firm will further subcontract a portion of the work to a non - certified firm; or 5. If none of the conditions in paragraph 00100 -2.11B apply. B. THE BIDDER WILL NOT BE REQUIRED BY METRO OR PERMI't'iED UPON BIDDER'S REQUEST to substitute certified firms for certified firms excluded by Metro for reasons within the knowledge or control of the bidder as stated below. The following circumstances shall be considered to be within the knowledge or control of the bidder: 1. The bidder participates in a plan designed to give the certified firm the appearance of performing a commercially useful function when the certified firm does not have the actual responsibility for that function; or 2. The bidder performs activities or obtains sources for the certified firm that the certified firm would typically perform or obtain. Example 1: the bidder supplies the certified firm with the only take -offs and estimates the certified firm is utilizing as the basis of its bid. Example 2: the bidder obtains subcontractors or suppliers for the certified firm; or 3. The bidder fails to inquire as to the certified firm's qualifications, experience or abilities to perform the work prior to listing the firm and the certified firm is not capable of performing the work; or 4. The bidder does not provide the certified firm with a commercially useful function; 5. The bidder fails to inform a certified firm prior to bid submittal that the bidder's union agreements require the bidder's subcontractors to have their own union agreements and the certified firm is unable to perform because it does not have a union agreement; or 6. The bidder fails to inform a certified firm prior to bid submittal of bonding requirements that the bidder will impose on its subcontractors, and the certified firm is unable to perform because it cannot meet the bidder's bonding requirements; or 7. The actions of the bidder, or of others at the direction of the bidder, or of others with the bidder's knowledge demonstrate a disregard for Metro's M /WBE policies and goals; or 8. Such other situations Metro determines to be within the bidder's knowledge or control which indicate practices or circumstances which would contradict or tend to defeat the purposes and policies of King County Ordinance 11032. or 2.12 EQUAL EMPLOYMENT OPPORTUNITY GOALS AND BIDDING REQUIREMENTS A. The bidder shall comply with the Equal Employment Opportunity Requirements set forth in Section 19, King County Ordinance 11032, which Ordinance is incorporated herein by this reference. B. In furtherance of Metro's equal employment opportunity policies, Metro has established certain requirements and goals which bidders, contractors and subcontractors shall make every reasonable effort to meet. The employment goals established by Metro are: (1) 16.6 percent for minorities; and (2) 12 percent for women. These goals are applicable to the total number of hours of employment at all levels under this Contract. The evaluation of the Contractor's performance in meeting these goals shall be based on total hours of employment of minorities and women employees in all levels of employment. A minority woman is counted toward either the minority or the women's goal, but not both; the bidder may choose the goal. For the purpose of determining compliance by the Contractor on this Contract, owners will not be counted towards meeting the EEO goals for minorities and women. C. The bidder shall complete the "Sworn Statement Regarding Equal Employment Opportunity" set forth in Section 00330 and shall submit such completed Sworn Statement as part of its bid not later than the time and date established for submittal of bids. TIM18 -94 00100 -16 BIDDING REQUIREMENTS D. The Sworn Statement shall be completed, signed and notarized, and shall constitute the bidder's plan of affirmative action to ensure that equal opportunity in employment is afforded in the event a contract is awarded to the bidder. If the bidder fails to submit the Sworn Statement as required, the bid will be considered non - responsive and will not be considered for award. 2.13 APPRENTICESHIP REQUIREMENTS A. in furtherance of the Metro equal employment opportunity policies, it is Metro's determination that apprenticeship programs registered with the Washington State Apprenticeship and Training Council ( "SAC ") provide the best training opportunity for minorities and women, and that the equal opportunity goals and requirements under state law for program sponsors participating in SAC - registered apprenticeship programs provide a basis for affording equal employment opportunity in the performance of construction services for and to Metro. B. Metro has established an apprentice participation goal for this Contract of 15% of the total contract labor hours, excluding offsite vendors and suppliers. The bidder shall commit to use its best efforts to meet the Apprenticeship Program requirements set forth in these Contract Documents. The bidder shall notify each firm with whom the bidder proposes to contract if awarded this Contract of the Apprenticeship Program requirements. T/M18 -94 END OF SECTION 00100-17 BIDDING REQUIREMENTS SECTION 00150 CHECKLIST OF BIDDING FORMS This checklist is provided only as a convenience for bidders. Bidders are advised to read carefully all portions of the Contract Documents and to comply with all requirements therein. SECTION FORM • 00300 BID FORM 00310 • BIDDING SCHEDULE 00320 SWORN STATEMENT REGARDING MINORITY AND WOMEN BUSINESS ENTERPRISE COMMITMENT 00330 SWORN STATEMENT REGARDING EQUAL EMPLOYMENT OPPORTUNITY 00340 PROPOSED SUBCONTRACTORS 00410 BID GUARANTY BOND (unless a certified or cashier's check is provided) END OF SECTION 00150.1 ; CHECKLIST OF BIDDING FORMS SECTION 00300 BID FORM The undersigned, as bidder, declares that we have examined all of the Contract Documents herein contained and that we will contract with the King County Department of Metropolitan Services ("Metro ") on the agreement form provided herewith and at the prices and on the terms and conditions contained herein to do everything necessary for fulfillment of: TRANSIT FACILITY IMPROVEMENTS: SOUTH BASE, EAST BASE, ATLANTIC BASE, CONTRACT T/M1 &94. In addition to this Bid Form, we agree that the following shall form a part of this Bid: Bidding Schedule; Sworn Statement Regarding Minority and Women Business Enterprise Commitment; Sworn Statement Regarding Equal Employment Opportunity; and Proposed Subcontractors. Attached is a bid guaranty bond completed by a guaranty company authorized to carry on business in the state of Washington in the amount of at least five percent (5 %) of our Total Bid Price or, alternately, there is attached a certified or cashier's check payable to King County drawn upon a banking institution with a branch office in the state of Washington, in the amount of at least five percent (5 %) of our Total Bid Price. We agree that our Bid constitutes an offer to Metro which shall be binding for 120 days from the date of opening of bids. If our Bid is accepted, we agree to sign the.Agreement form and to furnish the Performance and Payment Bond only on the form contained herein and evidences of insurance required herein within ten days after receipt from Metro of written Notice of Award of Contract. We certify that we are, at the time of submitting this Bid and shall remain throughout the period of the Contract, registered and licensed by the state of Washington to perform the type of work required under the Contract Documents. We further certify that we are skilled and regularly engaged in the general class and type of work called for in the Contract Documents. We further agree, if our Bid is accepted and a contract is awarded by Metro, to plan and prosecute the work with such diligence that the work and portions thereof shall be completed and ready for use within the period set forth in the Specifications. We acknowledge that addenda numbers _ through — have been delivered to us and have been taken into account as part of our Bid. SIGNED this day of ,19 Firm: Address: City/Zip: Telephone: Fax No.: State of Contractor's Incorporation: License No: By: Signature Print Name Title: State of: County of: I certify that I know or have satisfactory evidence that signed this instrument, on oath stated that (he /she) was authorized to execute the instrument and acknowledged it as the (title) of (company) to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Date: (Stamp or Seal) T/M18-94 Signature of notary public Title My appointment expires: END OF SECTION 003004 BID FORM SECTION 00310 BIDDING SCHEDULE The Bidding Schedule includes bid items to provide and install the vehicle exhaust system, and the hydraulic lift equipment at the South, East and Atlantic Bases; and modifications to the electronic shop at the South and East Bases as specified or shown in the Contract Documents. A bid item for trench excavation safety systems to meet the requirements of Chapter 49.17 Revised Code of Washington (RCW) has been included for the work associated with installation of the hydraulic lift equipment at each Base. The bidder shall offer lump sum prices for Bid Items la, 1b, lc, ld, 2a, 2b, 2c, 2d, 3a, 3b, and 3c; failure to do so shall render the bid non - responsive. The bidder shall calculate a Total Bid Price which shall be the sum of the lump sum prices for Bid Items la, lb, lc, Id, 2a, 2b, 2c, 2d, 3a, 3b, and 3c All amounts shall be set forth in figures. Metro reserves the right to correct obvious mathematical errors on the Bidding Schedule and to correct the Total Bid Price accordingly. We, the bidder, propose to perform the work under the terms and conditions contained herein for the prices set forth below: ITEM DESCRIPTION 1 SOUTH BASE la. To provide and install the Vehicle LS $ Exhaust System lb. To provide and install hydraulic lift LS $ equipment lc. Modifications to the Electronic Shop LS $ 1d. Trench excavation safety system LS $ for Bid Item lb. 2 EAST BASE 2a. To provide and install the Vehicle LS $ Exhaust System 2b. To provide and install hydraulic lift LS $ equipment. 2c. Modifications to the Electronic Shop LS $ 2d. Trench excavation safety system LS $ for Bid Item 2b. LUMP SUM AMOUNT ITEM DESCRIPTION • LUMP SUM AMOUNT 3 ATLANTIC BASE 3a. To provide and install the Vehicle LS $ Exhaust System 3b. To provide and install hydraulic lift LS $ equipment 3c. Trench excavation safety sytem LS $ for Bid Item 3b. TOTAL BID PRICE (Sum of lump sum prices for Bid Items la through 3c): $ . We acknowledge that, in accordance with paragraph 00100 -1.08 and Washington State Department of Revenue Rule 171, state and local sales taxes have been included in the price and that the waiver of industrial insurance immunity in paragraph 00710 -5.01 was made pursuant to RCW 4.24.115. Signature of Bidder BID EVALUATION AND CONTRACT AWARD In accordance with the provisions of these Contract Documents, bids will be evaluated to determine the lowest Total Bid Price offered by a responsive, responsible bidder. A contract will be awarded, if at all, based on the lowest Total Bid Price proposed by a responsive, responsible bidder. Metro reserves the right to reject any bid, any portion of any bid and /or to reject all bids. Metro further reserves the right, but without obligation, to waive informalities and irregularities. T/M18 -94 END OF SECTION 00310 -2 BIDDING SCHEDULE • M/WBE AND EEO CHECKLIST Bidders are not required to submit this checklist with their bid. O Has the bidder completed, signed, notarized and submitted with the bid the Sworn Statement Regarding M /WBE Commitment? (See paragraph 00100 -2.03 B and C) O Does the Sworn Statement Regarding M /WBE Commitment display projected utilization of certified firms at the percentage levels which equal or exceed the established goal for this contract? (See Section 00020) Note: The participation of a certified firm as a bidder for this Contract may count toward meeting the applicable MBG or WBG subcontracting goal established for this Contract. (See paragraph 00100- 2.03 B) D Are the percentage levels displayed on the Sworn Statement Regarding M /WBE Commitment based upon the Total Bid Price? (See Section 00020) O Has Attachment A to the Sworn Statement Regarding M /WBE Commitment been completed and submitted with the bid? (See Section 00320) O Is each business listed on the Sworn Statement Regarding M /WBE Commitment and Attachment A to that Sworn Statement certified by the State OMWBE? (See paragraph 00100 -2.06 A and B) In Prior to the submittal of this bid, have each of the proposed certified firms submitted a bid or committed to perform the work under this contract with the bidder? (See paragraph 00100 -2.10 A) 0 Will any proposed certified firm contract any of the work hereunder to non- certified businesses? If yes, has that amount been deducted from the dollar value of the amount counted towards the applicable utilization goal? (See paragraph 00100 -2.10 B) Will each of the certified firms listed on the Sworn Statement Regarding M /WBE Commitment perform a commercially useful function? (See paragraph 00100 -2.12) Cl Is the bidder counting expenditures for materials and supplies toward meeting the utilization goals? If yes, has the bidder counted only (20 %) twenty percent of the expenditures to certified firm suppliers which are not manufacturers? (See paragraph 00100 -2.09 AA) O Does the bidder propose to use a joint venture to meet the utilization goals? (See paragraph 00100- 2.07 D) Note: A joint venture may be utilized; however, only the participation of the certified firm joint venture partner shall be counted toward the goal. (See paragraph 00100 -2.07 D) Q Has the Sworn Statement Regarding Equal Employment Opportunity been completed, signed, notarized and submitted with the bid? (See Section 00330) Contact Metro's M /WBE and Contract Compliance Office if there are any questions regarding the M /WBE and EEO Requirements for this contract. T/M1 13-94 CHECKLIST -1 SECTION 00320 SWORN STATEMENT REGARDING MINORITY AND WOMEN BUSINESS ENTERPRISE COMMITMENT State of County of Pursuant to paragraph 00100 -2.03, the bidder shall complete the following form: )ss. The undersigned, being first duly sworn, on oath states to the King County Department of Metropolitan Services on behalf of the Bidder as follows: A. This Sworn Statement Regarding Minority and Women Business Enterprise Commitment constitutes the Bidder's statement of its efforts to solicit and obtain firms certified as minority and women business enterprises by the Washington State Office of Minority and Women's Business Enterprises. In addition, this Sworn Statement constitutes the Bidder's commitment, if awarded this Contract by Metro, to utilize qualified certified firms at least to the percentage and dollar levels set forth in this Sworn Statement, subject to revision in accordance with Part 2 of Section 00100. B. The Bidder hereby designates: Name: Title: as the person who has been charged by the Bidder with the responsibility for carrying out and reporting the Bidder's compliance with Metro's Requirements for Minority and Women Business Enterprise. C. The Bidder hereby affirms that the Bidder has complied with the requirements set forth in Part 2 of Section 00100 of the Contract Documents for providing certified firms the maximum practicable opportunity to participate in the performance of the work and that all documentation submitted herewith to demonstrate such compliance is true and accurate. D. As demonstration of the Bidder's compliance and efforts, the Bidder has completed the MBE /WBE Contractor /Supplier Contact - Utilization Report (Attachment A to this Sworn Statement) of which this Report is incorporated herein by this reference. The Bidder has identified herein those certified firms with whom the Bidder will subcontract if awarded this Contract. E. The Bidder agrees that its level of commitment to utilize certified firms shall be determined by calculating the sum of the amounts listed and apportioned to those certified firms identified on Attachment A to this Sworn Statement. The Bidder further acknowledges that Metro reserves the right to correct obvious mathematical errors on Attachment A and to correct the totals accordingly. F. The Bidder, if a certified firm, and proposing to count its own participation toward meeting the applicable utilization goal, states that it has included its participation in the following Utilization Report and has included itself on Attachment A, as appropriate. T/M18 -94 00320 -1 MBE/WBE SWORN STATEMENT G. The Bidder acknowledges that the information provided on said Report and such other information as may be obtained by Metro will be used by Metro to determine whether the Bidder's commitment to utilize certified firms complies with all requirements of Section 00020 and Part 2 of Section 00100 of the Contract Documents. Name of Bidder ). ! ATTACHMENT A MBE/WBE CONTRACTOR/SUPPLIER CONTACT - UTILIZATION REPORT Name of Firm: $ MBG $ WBG Address /City/Zip: Telephone: ( ) Description of work to be performed, supplies, materials or equipment: ❑ Bidder ❑ Joint Venture ❑ Subcontract ❑ Manufacturer /Regular Dealer * ❑ Supplier Only ❑ Purchaser & Installer ❑ Installer Only Name of Firm: $ MBG $ WBG Address /City/Zip: Telephone: ( ) Description of work to be performed, supplies, materials or equipment: ❑ Bidder ❑ Joint Venture ❑ Subcontract ❑ Manufacturer /Regular Dealer * ❑ Supplier Only ❑ Purchaser & Installer ❑ Installer Only Name of Firm: $ MBG $ WBG Address /City/Zip: Telephone: ( ) Description of work to be performed, supplies, materials or equipment: ❑ Bidder ❑ Joint Venture ❑ Subcontract ❑ Manufacturer /Regular Dealer * ❑ Supplier Only ❑ Purchaser & Installer ❑ Installer Only TOTAL MBG AND WBG DOLLAR COMMITMENT TOTAL MBG AND WBG PERCENTAGE OF TOTAL BID PRICE $ MBG $ WBG % % #( Pursuant to paragraph 00100- 2.09.A.4, a bidder may count only twenty percent (20%) of the expenditures to certified firm suppliers who are NOT manufacturers or regular dealers.) (Make additional copies of form if necessary.) T/M18-94 END OF SEC ITON 00320 -3 ATTACHMENT A SECTION 00330 SWORN STATEMENT REGARDING EQUAL EMPLOYMENT OPPORTUNITY State of County of Pursuant to paragraph 00100 -2.12, the bidder shall complete the following form: ) ss. The undersigned, being first duly sworn, on oath states to the King County Department of Metropolitan Services on behalf of the Bidder as follows: A. This Sworn Statement Regarding Equal Employment Opportunity constitutes the Bidder's plan of affirmative action to be followed in the event a contract is awarded to the Bidder to ensure that equal opportunity in employment is afforded by the Bidder and the Bidder's subcontractors while providing specific materials and supplies or consulting or construction services for Metro. B. The Bidder agrees that submission of this Sworn Statement constitutes an acknowledgment of Metro's equal employment opportunity requirements as set forth in Section 19, King County Ordinance 11032, which ordinance is incorporated herein by this reference. C. The Bidder hereby designates: Name: Title: as the person who has been charged by the Bidder with the responsibility for carrying out and reporting the Bidder's compliance with this plan of affirmative action. D. The Bidder gives assurance that the total work force under this Contract will include substantial percentages of minorities and women. The Bidder will proceed in good faith and make every reasonable effort to meet the following equal employment opportunity goals which are applicable to the total number of hours of employment at all levels under this Contract: Minorities - 16.6% and Women - 12%. E. The Bidder gives assurance that the Bidder will correct deficiencies of under - represented persons at all levels of the work force, including management, by considering under - represented persons to fill new positions and vacancies. F. The Bidder gives assurance that this plan of affirmative action will be communicated to supervisors and other employees of the Bidder, prior to the commencement of the work on this Contract. G. The Bidder gives assurance that the Bidder will make continuing efforts to recruit minority and women employees, to advertise employment opportunities in ways which will effectively reach minorities and women, and to include in all solicitations or advertisements for employees placed by or on behalf of the Bidder, a statement that the Bidder is an "Equal Opportunity Employer ". H. The Bidder gives assurance that the Bidder will provide opportunity for training and advancement for minorities and women in pre - apprentice, apprentice, journeyworkers and all other positions, whether with the Bidder or subcontractors, employed on the work. T/M18.94 00330 -1 EEO SWORN STATEMENT I. The Bidder gives assurance that it will use its best efforts to achieve the Apprenticeship Program goal of achieving participation by apprentices from apprenticeship programs registered with the Washington State Apprenticeship and Training Council ( "SAC ") to perform at least fifteen percent of the total contract labor hours, excluding offsite vendors and suppliers, and to achieve apprenticeship participation within each technical discipline or trade and at each tier. J. The Bidder will maintain records in an easily retrievable and understandable form that will document any and all openings and opportunities for advancement that occur, the Bidder's efforts to train, recruit and promote minorities and women, and the results of those efforts. K. The Bidder gives assurance that the Bidder will communicate the affirmative action obligations under this Sworn Statement to its subcontractors, labor unions or representatives of workers with which the Bidder has a collective bargaining agreement or other contract. L. The Bidder acknowledges that neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Bidder has a collective bargaining agreement to refer either minorities or women, shall excuse the Bidder's obligation under this Sworn Statement and any contract awarded to the Bidder. Name of Bidder By: Title: State of: County of: 1 certify that I know or have satisfactory evidence that signed this instrument, on oath stated that (he /she) was authorized to execute the instrument and acknowledged it as the (title) of (company) to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Date: (Stamp or Seal) T/M18 -94 Signature of notary public Title My appointment expires: END OF SECTION 00330 -2 EEO SWORN STATEMENT SECTION 00340 PROPOSED SUBCONTRACTORS Pursuant to Part A, paragraph 00100 -1.28, the following is a list of the subcontractors to whom the bidder proposes to sublet portions of the work in excess of ten percent (10%) of the total amount of its bid. All subcontractors performing more than 10% of the work shall be identified even if they are identified elsewhere in the bid submittal. If no subcontractors will perform more than 10% of the work, check the box below. Failure to properly complete and submit this form shall result in the bid being determined non- responsive, and the bid shall not be considered for award. For the purpose of this Section, a subcontractor is defined as one who contracts with the Contractor to furnish materials and labor, or labor only for the performance of work at the work site. ❑ No subcontractor will perform more than 10% of the work. Name of Firm: Address /City/Zip: Telephone: ( ) Description of work to be performed: $ Estimated Value of Work Name of Firm: Address /City/Zip: Telephone: ( ) Description of work to be performed: Estimated Value of Work $ Name of Firm: Address /City/Zip: Telephone: ( ) Description of work to be performed: Estimated Value of Work $ Additional pages may be attached to this page; each page shall be headed SECTION 00340, PROPOSED SUBCONTRACTORS. T/M18 -94 END OF SECTION 00340-1 PROPOSED SUBCONTRACTORS SECTION 00410 BID GUARANTY BOND KNOW ALL BY THESE PRESENTS: That we, ,as Principal, and , as Surety, are jointly and severally held and firmly bound unto King County, hereinafter called the Obligee, each in the penal sum of five percent (5 %) of the Total Bid Price of the Principal for the work, this sum not to exceed DOLLARS ($ ) of lawful money of the United States, for the payment whereof unto the Obligee, the Principal and Surety jointly and severally bind themselves forever firmly by these presents. WHEREAS, the Principal is herewith submitting its offer for the fulfillment of TRANSIT FACILITY IMPROVEMENTS: SOUTH BASE, EAST BASE, ATLANTIC BASE, CONTRACT T/M1 8-94. NOW, THEREFORE, the condition of this obligation is such that if the Principal is awarded the Contract, and if the Principal, within the time specified, fulfills all of the requirements of the Contract Documents which are conditions precedent to the execution of the Agreement, enters into, executes and delivers to the Obligee an agreement on the form provided herein complete with evidences of insurance, and if the Principal, within the time specified, gives to the Obligee the performance and payment bond on the form provided herein, then this obligation shall be void; otherwise, the Principal and Surety will pay unto the Obligee the difference in money between the total amount of the bid of the Principal and the amount for which the Obligee legally contracts with another party to fulfill the Contract if the latter amount be in excess of the former, but in no event shall the Surety's liability exceed the penal sum hereof. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal, and that nothing of any kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release of liability of the Surety. IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the benefit of the Principal, the Surety and the Obligee and their respective heirs, executors, administrators, successors and assigns. SIGNED this day of ,19 Principal: Surety: By: By: Title: Title: Address: Address: City/Zip: City/Zip: Telephone: ( ) Telephone: ( ) Note: A power of attorney must be provided which appoints the Surety's true and lawful attorney -in -fact to make, execute, seal and deliver this Bid Guaranty Bond. END OF SECTION T/M1 8-94 00410 -1 BID GUARANTY BOND SECTION 00420 QUALIFICATIONS INFORMATION As required in paragraphs 00100 -1.12 and 00100 -1.25, the bidder shall demonstrate to the satisfaction of Metro that the bidder is qualified to perform the work under this Contract. To assist Metro in the review of the bidder's qualifications, the bidder, if directed by Metro, shall provide the information required by each item set forth below. If the bidder has been in business for less than the time period set forth in any item, the bidder shall submit such information for the time it has been in business. If the bidder is a joint venture, the bidder shall submit information for each member of the joint venture. Metro reserves the right to inspect records, reports and other information which may be maintained by or for the bidder to the extent necessary, as determined by Metro, to verify, clarify or otherwise consider the information provided by the bidder. 1. List the name and provide a brief description of experience for the key personnel the bidder will assign to this Contract. "Key personnel" means management and supervisory personnel to be so assigned. 2. List the name and business address, and provide a description of the scope of work and a statement of experience with references, for all subcontractors, including M /WBEs identified in Section 00320, to whom the bidder proposes to sublet portions of the work. 3. Provide a copy of the current Rotary Authorized in- ground heavy duty lift installer certification or a notarized letter from Rotary Lift stating that bidder or its subcontractor has been accepted for training. 4. To assist in considering the bidder's compliance with Metro's EEO Requirements for this Contract, the bidder shall provide a response to the following: a. Does the bidder's current work force meet Metro's Equal Employment Opportunity (EEO) Goals? Yes No b. How many employees of the Bidder's current work force are projected to work on this Contract? Total Minority ___ Women c. How many women and minority employees does the Bidder intend to hire for work on this Contract in order to meet the EEO goals? Minorities Women d. What is the total number of employees projected to work on this Contract? 4. Identify all construction contracts (whether completed or in progress) entered into or performed by the bidder within the past five years for projects similar in scope, time and complexity to the work called for under this Contract; include the names of the contracts, the contract prices, and the names of the owners. In addition, identify all construction contracts with Metro entered into or performed by the bidder within the past five years. 5. Submit proof of adequate financial resources which would be available to the bidder for the prosecution and completion of the work hereunder. Such information shall include: (a) for each of the past three (3) years, copies of balance sheets, profit and loss statements, statements of changes in financial position, including footnotes and auditor's opinions on financial statements, or annual reports to stockholders; (b) documentation of an open letter of credit or other arrangement with an established bank under which financing would be available for prosecution and completion of the work called for hereunder; and (c) certification by the principal financial officer of or an independent accountant for the bidder stating that the bidder has adequate financial resources for the prosecution and completion of the work called for hereunder. T/M1 &94 00420 -1 QUALIFICATIONS INFORMATION SECTION 00510 AGREEMENT THIS AGREEMENT, made this day of ,19_ by and between the King County Department of Metropolitan Services, Seattle, Washington, hereinafter called "Metro" and hereinafter called the "Contractor ". WHEREAS, Metro has caused Contract Documents for TRANSIT FACILITY IMPROVEMENTS: SOUTH BASE, EAST BASE, ATLANTIC BASE, CONTRACT T/M1 8-94 to be prepared for certain work as described therein; and WHEREAS, the Contractor has offered to perform the proposed work in accordance with the terms of said Contract Documents; and WHEREAS, Metro has accepted the Contractor's offer at a price of $ NOW, THEREFORE, in consideration of the mutual covenants and agreements of the parties herein contained and to be performed, the Contractor hereby agrees to complete the work at the price and on the terms and conditions herein contained, and to assume and perform all of the covenants and conditions herein required of the Contractor, and Metro agrees to pay the Contractor the Contract Price provided herein for the fulfillment of the work and the performance of the covenants set forth herein. IT IS FURTHER AGREED that the terms, conditions and covenants of the Contract are set forth in the following exhibit parts, each of which is attached hereto and by this reference made a part hereof: Part A Bidding Requirements and General Conditions; Part B Technical Specifications; Part C Contract Drawings; and Part D Addenda. IN WITNESS WHEREOF, this Agreement has been executed in duplicate as of the day and year first above written. KING COUNTY DEPARTMENT OF APPROVED AS TO FORM: METROPOLITAN SERVICES By: Carolyn Purnell Deputy Executive for Metro /Executive Director Name of Contractor By: Title: Deputy Prosecuting Attorn King County Prosecuting Attorney' Office Civil Division, Metropolitan Services Section State of: County of: I certify that I know or have satisfactory evidence that signed this instrument, on oath stated that (he /she) was authorized to execute the instrument and acknowledged it as the (title) of (company) to be the free and voluntary act of such party for the uses and purpaees mentioned in the instrument. Date: Signature of notary public Title My appointment expires: END OF SECTION 005104 AGREEMENT SECTION 00610 PERFORMANCE AND PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, as Principal, and , as Surety, are held and firmly bound unto the King County pursuant to Chapter 39.08 RCW in the full sum of DOLLARS ($ ), lawful money of the United States, for the faithful performance of the Agreement referenced below, and for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the conditions of this obligation are such that the Principal has entered into an Agreement in writing with the King County Department of Metropolitan Services ( "Metro ") for: TRANSIT FACILITY IMPROVEMENTS: SOUTH BASE, EAST BASE, ATLANTIC BASE, CONTRACT T/M18-94, according to the terms, conditions and covenants specified in said Agreement, including all of the Contract Documents, as amended and modified, therein referred to which are hereby referred to and made a part hereof as fully and completely as though set forth in detail herein; NOW, THEREFORE, if the Principal shall faithfully perform all the provisions and requirements of the Agreement, including all of the Contract Documents, according to the terms and conditions thereof and shall hold King County harmless from any loss or damage to any person or property by reason of any conduct on the part of the Principal or of any .subcontractor in the performance of said work, and shall pay all laborers, mechanics, subcontractors and materialmen and all persons who shall supply such person or persons or subcontractors with provisions and supplies for carrying on of such work, and shall pay the state of Washington all amounts due said State pursuant to Titles 50 and 51 of the Revised Code of Washington, and shall further indemnify and save harmless King County from any defect or defects in any of the workmanship or materials entering into any part of the work as defined in the Agreement which shall develop or be discovered within 365 days after acceptance of such work, then this obligation shall be null and void; otherwise this obligation shall remain in full force and effect, and King County shall have the right to sue on this bond for any breach of the Contract or this bond. IT IS FURTHER DECLARED AND AGREED that nothing of any kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release of liability of the Surety, any law, rule of equity or usage relating to the liability of sureties to the contrary notwithstanding, and the Surety waives notice of any alteration, or extension of time, made by King County and agrees that it, the Surety, shall be bound in all ways to King County for any such alterations or extensions of time as if it had received notice of the same. SIGNED this day of ,19 Principal: Surety: By: By: Title: Title: Address: Address: City/Zip: City/Zip: Telephone: ( ) Telephone: ( ) Note: A power of attorney must be provided which appoints the Surety's true and lawful attorney -in -fact to make, execute, seal and deliver this Performance and Payment Bond. T/M18 -94 END OF SECTION PERFORMANCE AND 00610.1 PAYMENT BOND SECTION 00710 TABLE OF CONTENTS PART 1- GENERAL 1.01 Definitions of Words and Terms 1 1.02 Joint Venture Contractor 3 1.03 Contract Requirements 3 1.04 Labor Standards 4 1.05 Laws, Regulations and Permits 6 1.06 Headings 6 1.07 Subcontractors 6 1.08 Disruptions Caused by Labor or Other Disputes 7 1.09 Interpretation of Contract Documents 8 1.10 Intent of Contract 8 1.11 Archaeological and Historical Preservation 8 1.12 Water Pollution Control Requirements 9 1.13 Rights of Way 9 1.14 Environmental Mitigation Plan 9 1.15 Compliance with Requirements 9 1.16 Conflicts of Interest and Non - Competitive Practices 10 PART 2 - METRO- CONTRACTOR RELATIONS 2.01 Authority of Metro 10 2.02 Authority of Contractor 11 2.03 Responsibilities of Contractor 12 2.04 Metro - Contractor Coordination 13 PART 3 - SPECIFICATIONS AND DRAWINGS 3.01 Interpretation of Specifications and Drawings 16 3.02 Discrepancies in Specifications and Drawings 16 3.03 Protection of Public and Private Utilities 16 3.04 Submittals 17 3.05 Contractor's Copies of Contract Documents 18 PART 4 - MATERIAL, EQUIPMENT AND WORKMANSHIP 4.01 General 18 4.02 Product Data 18 4.03 Quality in the Absence of Detailed Specifications 18 4.04 Material and Equipment Specified by Name 18 4.05 Requests for Substitution 19 4.06 Demonstration of Compliance with Requirements 19 T/M18.94 007104 TABLE OF CONTENTS 4.07 Storage of Materials and Equipment 21 4.08 Manufacturer's Directions 21 4.09 Defective Work 21 4.10 Materials and Equipment Furnished by Metro 21 4.11 Guarantee 22 4.12 Warranty of Title 22 PART 5 — LIABILITY, INDEMNIFICATION, AND INSURANCE 5.01 Liability and Indemnification 22 5.02 Insurance 23 5.03 Damage To Work 26 5.04 Litigation Expenses 26 PART 6 — PROGRESS AND COMPLETION 6.01 Notice To Proceed 26 6.02 Contract Time 26 6.03 Suspension Procedures 28 6.04 Termination Procedures 29 6.05 Possession and Use of Completed Portions of The Work 31. PART 7 — MEASUREMENT AND PAYMENT 7.01 Payments To Contractor 31 7.02 Change Orders 34 7.03 Charges To Contractor 37 7.04 Compensation To Metro for Time Extension 37 7.05 Acceptance of Work 37 7.06 Litigation Delay Costs 37 PART 8 — SUPPLEMENTARY PROVISIONS 8.01 Damages for Delay 38 8.02 Abnormal Weather Conditions 38 8.03 Retention of Records and Audit 39 PART 9 — REQUIREMENTS FOR MINORITY AND WOMEN BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY 9.01 Minority and Women Business Enterprise Compliance During Work 39 9.02 Nondiscrimination Requirements During Work 39 9.03 Equal Employment Opportunity Reports During Work 41 9.04 Sanctions for Non - Compliance 41 9.05 Apprenticeship Program 41 T/M18-94 00710 -31 TABLE OF CONTENTS SECTION 00710 GENERAL CONDITIONS PART 1— GENERAL 1.01 DEFINITIONS OF WORDS AND TERMS Where used in the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine, feminine and neuter of the words and terms. Acceptance. Formal action of the Director of Technical Services in determining that the Contractor's work has been completed in accordance with the Contract. Act of Nature. A cataclysmic phenomenon of nature, such as an earthquake, flood or cyclone. Abnormal weather conditions as described in paragraph 00710 -8.02 will be construed as an act of Nature. Addenda. Written additions, deletions, clarifications, interpretations, modifications or corrections to the Contract Documents issued by Metro during the bidding period and prior to the date and time established for submittal of bids. Bid. The offer of a bidder submitted on the prescribed Bid Form and including the Bidding Schedule, bid guaranty, M /WBE, EEO and subcontractor statements, qualifications information, and all other forms and documentation required by the Contract Documents. Bidder. Individual, association, partnership, firm, .company, corporation, or a combination thereof, including joint venturers, submitting a bid to perform the work. Bid Price. Offer of a bidder submitted on the prescribed form setting forth the price or prices for the work to be performed. Change Order. Written order issued by Metro, with or without notice to sureties, making changes in the work within the scope of this Contract. Completion. Fulfillment of all the terms and conditions of the contract as evidenced by passing final inspection with no defects or omissions noted. Contract Documents or Contract. The writings and drawings embodying the legally binding obligations between Metro and the Contractor for completion of the work. The Contract or Contract Documents (terms used interchangeably) includes the following parts: Part A — Bidding Requirements and General Conditions Part B — Technical Specifications Part C — Contract Drawings Part D — Addenda Change Orders Contract Drawings or Drawings. The drawings included in the Contract plus those prepared by Metro and the Contractor pursuant to the terms of the Contract. They include: 1. Drawings in Part C of the Contract; 2. Drawings issued by addenda; 3. Drawings submitted by the Contractor to Metro during the progress of the work either as attachments to change orders or as non - modifying supplements to drawings in Part C; and, 4. Drawings submitted by Metro to the Contractor during the progress of the work either as attachments to change orders or as explanatory supplements to drawings in Part C. TIM1S-94 00710 -1 GENERAL CONDITIONS Contract Price. Amount payable to the Contractor under the terms and conditions of the Contract based on the lump sum prices, unit prices, or combination thereof, on the Bidding Schedule, with adjustments made in accordance with the Contract. Contract Time. Number of calendar days and /or the intermediate and final completion dates stated in the Contract for the completion of the work. Contractor. The individual, association, partnership, firm, company, corporation, or combination thereof, including joint venturers, contracting with Metro for the performance of the work. Contractor's Plant and Equipment. Equipment, material, supplies, and all other items, except labor, brought onto the site by the Contractor to carry out the work, but not to be incorporated in the work. Contractor's Representative. The individual designated in writing by the Contractor to act on its behalf under this Contract. Day. Calendar day, unless otherwise specified. Direct. Action of Metro by which the Contractor is ordered to perform or refrain from performing work under the Contract. Directive. Written documentation of the actions of Metro in directing the Contractor. Director of Technical Services or Director. Metro's Director of Technical Services who shall act on behalf of Metro under this Contract. Other employees of Metro may be authorized in writing by said Director to act on the Director's behalf for specific matters relating to this Contract. Engineer. The employee(s) designated in writing by the Director of Technical Services to act as the Director's representative at the construction site and to perform construction inspection services and administrative functions relating to this Contract. Executive Director. Executive Director of the King County Department of Metropolitan Services. Other employees of Metro may be authorized in writing by the Executive Director to act on the Executive Director's behalf for specific matters relating to this Contract. Furnish. To supply and deliver any item, equipment or material to the job site or other specified location. Herein. Refers to the Contract. Install. Placing, erecting, or constructing complete in place any item, equipment, or material. King County Department of Metropolitan Services ("Metro "). The new name of the governmental entity formerly known as the "Municipality of Metropolitan Seattle ". Any reference in this document to "Municipality" or "Owner" refers to King County Department of Metropolitan Services. May. Refers to permissive actions. Municipality of Metropolitan Seattle or Municipality or Owner. Effective January 1, 1994, by operation of law, the Municipality of Metropolitan Seattle was consolidated into King County, a home rule charter county of the state of Washington. Any references in these Contract Documents to "Municipality of Metropolitan Seattle ", "Municipality" or "Owner" refer to the King County Department of Metropolitan Services. Paragraph. For reference or citation purposes, paragraph shall refer to the paragraph, or paragraphs, called out by section number and alphanumeric designator. For example, this definition is found in paragraph 00710 -1.01; permits and licenses are discussed in paragraph 00710 -1.05 B. Person. Includes individuals, associations, firms, companies, corporations, partnerships, and joint ventures. Proposed Work Change or PWC. A written document issued by the Engineer to the Contractor identifying contemplated changes in the work and requesting a price and /or schedule proposal from the Contractor; such a request shall not be interpreted or construed to constitute a change order. Provide. Furnish and install, complete in place, without additional charge. T/M1 8-94 00710 -2 GENERAL CONDITIONS ° Punch List. List prepared by the Engineer identifying items of work which are incomplete or not in conformance with the Contract. Reference Documents. Reports and drawings, if any, available to bidders for information and reference in preparing bids but not as part of the Contract. RCW. Means the Revised Code of Washington. Shall or Will. Whenever used to stipulate anything, shall or will means mandatory by either the Contractor or Metro, as applicable, and means that the Contractor or Metro, as applicable, has thereby entered into a covenant with the other party to do or perform the same. Shown. Refers to information presented on the Contract Drawings, with or without reference to such Drawings. Specifications or Technical Specifications. Part B of the Contract consisting of written descriptions of the technical features of materials, equipment, construction systems, standards, workmanship and installation. Specify. Refers to information described, shown, noted, indicated or presented in any manner in any part of the Contract. Subcontractor. The individual, association, partnership, firm, company, corporation, or joint venture entering into an agreement with the Contractor or another subcontractor to perform a specific part of the work covered by this Contract. Submittals. Information which is submitted to the Engineer in accordance with the Technical Specifications. WAC. Means the state of Washington Administrative Code. Work. Refers to the labor, materials, equipment, supplies, services, and other items necessary for the execution, completion and fulfillment of this Contract by the Contractor to the satisfaction of Metro. 1.02 JOINT VENTURE CONTRACTOR In the event the Contractor is a joint venture of two or more contractors, the grants, covenants, provisos and claims, rights, power, privileges and liabilities of the Contract shall be construed and held to be several as well as joint. Any notice, order, direction, request or any communication required to be or that may be given by Metro to the Contractor under this Contract, shall be well and sufficiently given to all persons being the Contractor if given to any one or more of such joint venture contractors. Any notice, request or other communication given by any one of such joint venture contractors to Metro under this Contract shall be deemed to have been given by and shall bind all joint venture contractors being the Contractor. In the event of the dissolution of the joint venture Contractor, Metro shall have the unqualified right to select which joint venture partner, if any, shall continue with the work under this Contract, and such selected partner shall assume all liabilities, obligations, rights and benefits of the Contractor under this Contract. Such dissolution of the joint venture shall not be effected without prior consultation with Metro. In the event of failure or inability of either joint venture partner to continue performance under this Contract, the other joint venture partner shall perform all services and work and assume all liabilities, obligations, rights and benefits to the Contractor under this Contract. Such determination of failure or inability to continue performance shall not be effected without prior consultation with Metro. Nothing in this subparagraph shall be construed or interpreted to limit Metro's rights under this Contract or by law to determine whether the Contractor or either joint venture partner thereof has performed within the terms of this Contract. 1.03 CONTRACT REQUIREMENTS A. SUCCESSORS' OBLIGATIONS The grants, covenants, provisos and claims, rights, powers, privileges and liabilities contained in the Contract shall be read and held as made by and with, and granted to and imposed upon, the Contractor and Metro and their respective heirs, executors, administrators, successors and assigns. A surety under the Performance and Payment Bond electing to complete the work in the event of a default, termination or other failure of the Contractor to perform the work, will comply fully with all Contract requirements. T/M1 &94 00710 -3 GENERAL CONDITIONS B. ASSIGNMENT OF CONTRACT The Contract shall not be assigned in whole or in part by the Contractor without the prior written consent of Metro. To the maximum extent permitted by law, involuntary assignment of the Contract caused by the Contractor being adjudged bankrupt, assignment of the Contract for the benefit of Contractor's creditors or appointment of a receiver on account of Contractor's insolvency shall be considered as a failure to comply with the provisions of the Contract and subject to the termination provisions contained herein. C. WAIVER OF RIGHTS BY METRO Except as herein provided, no action or want of action on the part of Metro at any time with respect to the exercise of any rights or remedies conferred upon it under this Contract shall be deemed to be a waiver on the part of Metro of any of its rights or remedies. No waiver shall be effective against Metro except an express waiver in writing. No waiver of one right or remedy by Metro shall act as a waiver of any other right or remedy or as a subsequent waiver of the same right or remedy. D. AMENDMENT OF GENERAL CONDITIONS After award of this Contract, these general conditions may be amended only by change order under paragraph 00710 -7.02. 1.04 LABOR STANDARDS A. WAGES OF EMPLOYEES 1. General. This Contract is subject to the minimum wage requirements of Chapters 39.12 and 49.28 RCW (as amended or supplemented). The Contractor, each subcontractor and other person doing any work under this Contract shall pay laborers, workers and mechanics not less than the prevailing rate of wage for an hour's work in the same trade or occupation in the locality within the state of Washington where such labor is performed. Wages and benefits higher than the minimums required by law may be paid. In the event rates of wages and benefits change while this Contract is in force, the Contractor shall bear the cost of such changes and shall have no claim against Metro on account of such changes. 2. Prevailing Rates of Wages. All determinations of the prevailing rate of wage shall be made by the industrial statistician of the Department of Labor and Industries of the state of Washington. The state schedule of prevailing wage rates applicable to this Contract are set forth in Attachment A to this Section 00710. If employing labor m a class not listed in such schedule, the Contractor shall request the industrial statistician to determine the correct wage rate for that class and locality. 3. Disputes. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the director of the Department of Labor and Industries of the state of Washington and said director's decision therein shall be final and conclusive and binding on all parties involved in the dispute. 4. Posting Notices. Except as provided otherwise in Chapter 39.12 RCW, the Contractor, each subcontractor and other person required to pay the prevailing rate of wage shall post in a location(s) readily visible to workers at the job site: (1) a copy of the statement of intent to pay prevailing wages approved by the industrial statistician of the Department of Labor and Industries under RCW 39.12.040; and (2) the address and telephone number of the industrial statistician of the Department of Labor and Industries where a complaint or inquiry concerning prevailing wages may be made. 5. Apprentices. Apprentice workers employed hereunder for whom an apprenticeship agreement has been registered and approved with the state apprenticeship council pursuant to Chapter 49.04 RCW must be paid at least the prevailing hourly rate for an apprentice for that trade. Any worker for whom an apprenticeship agreement has not been registered and approved by the state apprenticeship council shall be considered to be a fully qualified journeyworker, and, therefore, shall be paid at the prevailing hourly rate for journeyworkers. 6. Required Documents. Pursuant to Chapter 39.12 RCW, the Contractor and each subcontractor shall submit the following documents to Metro: T/M18 -94 00710-4 GENERAL CONDITIONS a. Before payment is made by Metro, the Contractor and each subcontractor shall submit a "Statement of Intent to Pay Prevailing Wages" which has been approved by the industrial statistician of the Department of Labor and Industries. b. With each request for payment, the Contractor shall submit a statement that prevailing wages have been paid in accordance with the "Statement of Intent to Pay Prevailing Wages" filed with Metro. c. Following acceptance of the work and before funds retained according to RCW 60.28.010 are released to the Contractor, the Contractor and each subcontractor shall submit an "Affidavit of Wages Paid" which has been approved by the industrial statistician of the Department of Labor and Industries. Any fees charged by the Department of Labor and Industries for filing the "Statement of Intent to Pay Prevailing Wages" and the "Affidavit of Wages Paid" shall be paid by the Contractor and each subcontractor, as applicable; if, for any reason, Metro pays such fees, then the Contractor shall be charged the amounts thereof. 7. Audits. Metro may inspect or audit the Contractor's wage and payroll records at any time while the Contract is in force and for at Least three years after the date of final acceptance. The Contractor shall maintain such records for that period. The Contractor shall also guarantee that wage and payroll records of all its subcontractors and agents shall be open to similar inspection and auditing for the same period of time. Metro will give the Contractor reasonable notice of the starting date if an audit will begin more than 60 days after the date of acceptance of work. B. • WORKER'S BENEFITS The Contractor shall make all payments required for unemployment compensation under Title 50 RCW and for industrial insurance and medical aid required under Title 51 RCW. The Contractor shall also obey all federal, state and local laws, ordinances, and regulations establishing safety standards for the protection of employees. If any payment required by Title 50 or Title 51 is not made when due, Metro may retain such payments from any money due the Contractor and pay the same into the appropriate fund. The Public Works Contract Division of the Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. Before release of any funds retained according to RCW 60.28.010, the Contractor shall complete a "Request for Release" form and submit such form to the Department of Labor and Industries for approval for the purpose of obtaining a release with respect to the payments of industrial insurance and medical aid premiums. Such approved form shall be submitted to the Engineer. C. HOURS OF LABOR The Contractor shall comply with Chapter 4928 RCW. Failure of the Contractor to perform the work in accordance with this policy of the state of Washington shall be deemed a failure on its part to comply with the provisions of this Contract within the meaning of paragraph 00710 -6.04. D. SCHEDULE OF WORKING HOURS, OVERTIME, SHIFT AND TIDE WORK Within ten days after the effective date of Notice to Proceed, the Contractor shall submit a schedule of working hours, including overtime, shift and tide work, to the Engineer for approval. Such schedule shall take into account applicable governmental laws, regulations and permits and shall comply with any other work hour constraints set forth in the Specifications. The schedule approved by the Engineer shall be effective during the performance of work under this Contract. If allowed by such laws, regulations, permits and constraints, the Contractor may work hours other than those on the approved schedule ( "unscheduled hours ") but will be responsible for paying Metro's overtime inspection costs unless the Contractor obtains the Engineer's concurrence at least 72 hours prior to working unscheduled hours. If the Contractor works unscheduled hours and /or if the Contractor did not obtain the Engineer's concurrence at least 72 hours prior to the start of unscheduled work, the Contractor shall be liable for the costs of Metro's overtime inspection at the rate of $45 for each hour or portion thereof for each person performing such inspection for and on behalf of Metro. The Contractor agrees that Metro will deduct overtime inspection charges from payments due the Contractor. In the event of a change order requiring the Contractor to work unscheduled hours, the Contractor will not be charged for Metro's overtime inspection costs. T/M16 -94 00710 -5 GENERAL CONDITIONS 1.05 LAWS, REGULATIONS AND PERMITS A. GENERAL The Contractor shall perform all work hereunder in full compliance with the terms and conditions of the Contract, with local, state and federal laws, ordinances, resolutions and regulations, and with permit and easement conditions pertaining to the conduct of the work; the Contractor shall be liable for violations of same. The Contractor shall give the notices, file information and pay taxes, deductions and premiums as may be required by law. The Contractor shall cooperate with all governmental entities regarding inspection of the work and compliance with such requirements. The Contractor shall not perform work known to be contrary to the terms and conditions of the Contract and /or laws, ordinances, resolutions, regulations or permit and easement conditions. If the Contractor observes that the Drawings, Specifications or other portions of the Contract Documents are in conflict with any laws, resolutions, regulations and /or permit and easement conditions, the Contractor shall promptly notify the Engineer in writing of such conflict. Metro will promptly review the matter and, if necessary, will issue a change order or take any other action necessary to bring about compliance. B. PERMITS AND LICENSES Unless otherwise specified in the Specifications, permits and licenses from governmental agencies which are necessary only for and during the prosecution of the work and the subsequent guarantee period shall be secured and paid for by the Contractor. Permits and licenses of regulatory agencies which are necessary to be maintained after expiration of the guarantee period will be secured and paid for by Metro. C. PATENTS AND ROYALTIES The costs involved in fees, royalties or claims for any patented invention, article, process or method that may be used upon or in a manner connected with the work under this Contract or with the use of completed work by Metro shall be paid by the Contractor. The Contractor and its sureties shall protect and hold Metro, and its officers, agents and employees, harmless against any and all demands made for such fees or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this Contract, the Contractor shall, if requested by Metro, furnish acceptable proof of a proper release from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material or appliances supplied or required to be supplied or used under the Contract, the Contractor shall promptly substitute other articles, materials or appliances in lieu thereof of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all respects to Metro. In the event that Metro elects, in lieu of such substitution, to have supplied and to retain and use any such invention, article, material or appliances as may be required to be supplied by the Contract, the Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for Metro, its officers, agents, servants and employees, or any of them to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly or to pay such royalties and secure such licenses as may be necessary, then in that event Metro shall have the right to make such substitution or Metro may pay such royalties and secure such licenses and charge the Contractor even though final payment under the Contract may have been made. 1.06 HEADINGS Headings to parts, divisions, sections, paragraphs, subparagraphs and forms are inserted for convenience of reference only and shall not affect the interpretation of the Contract. 1.07 SUBCONTRACTORS Subcontractors to the Contractor will not be recognized as having a direct relationship with Metro, nor are subcontractors intended or incidental third -party beneficiaries to this Contract. The persons engaged in the work, including employees of subcontractors and suppliers, will be considered employees of the Contractor and their work shall be subject to the provisions of the Contract. T/M1 8-94 00710-6 GENERAL CONDITIONS This Contract is between Metro and the Contractor. The Contractor will be responsible for rformin all Pe g work shown on the Drawings and described in all sections of the Specifications. The Contract Documents have not been written with the intent of, and Metro shall not be a party to, defining the division of work between the Contractor and its subcontractors. The Contractor with its own organization shall perform work amounting to at least 33 percent of the original Contract Price. Before computing this percentage, however, the Contractor may subtract from the original Contract Price the costs of portions of the work to be subcontracted work that are designated herein, or approved by the Engineer, as specialty items. No work shall be subcontracted without written consent of the Engineer; provided, written consent shall not be required for subcontractors identified by the Contractor as part of its bid to perform the work under this Contract if Metro did not object to such subcontractors; and, provided further, written consent shall not be required for a subcontractor whose subcontract amount is less than three percent of the Contract Price or less than $250,000, whichever is the lesser amount. Each request to subcontract shall be on the form the Engineer provides. If requested by the Engineer, the Contractor shall provide documentation that the proposed subcontractor is experienced and equipped to do the subcontract work. The subcontractor shall be properly licensed, registered or certified, as applicable to perform the assigned work. The Contractor shall require each subcontractor to comply with all provisions of this Contract pertinent to the subcontract work, including minority and women business enterprise participation and affirmative action in employment. Consent to subcontract any portion of the work shall not relieve the Contractor of any responsibility for performance of the Contract. Subcontracting shall create no contract between Metro and the subcontractor, nor shall the subcontractor have any rights against Metro by reason of its subcontract with the Contractor. The Contractor shall be responsible for all work and material furnished, and no subcontract shall in any case release the Contractor of its obligations or liability under this Contract and the Performance and Payment Bond. Before payment on each monthly partial payment request and the final payment, the Contractor shall submit the affidavits identifying amounts paid to and owed to, as applicable, minority and women business enterprises as required by paragraph 00710 -9.01 herein. If dissatisfied with any part of the subcontracted work, the Engineer may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once, shall not employ the subcontractor for any further work under the Contract, and shall have no claim whatsoever against Metro on account of such removal. 1.08 DISRUPTIONS CAUSED BY LABOR OR OTHER DISPUTES The Contractor shall take all reasonable steps to prevent all disputes arising from the presence of or the performance of work by the Contractor and any of its subcontractors or suppliers from: (1) disrupting the work under this Contract; (2) interfering with access to Metro's property by Metro, including its agents, representatives, employees and officials; (3) interfering with access and work by any other contractors engaged in construction activities; and, (4) interfering with access to property by members of the public. If such a dispute disrupts the work under this Contract or interferes in any way with access to Metro's property or to the site of the work by any persons, the Contractor shall promptly and expeditiously take all reasonable actions to eliminate or minimize such disruption or interference, including but not limited to: (1) utilizing all reasonable means to prevent all unlawful conduct or picketing, and restricting all lawful picketing or other activities to a single entrance to the property or site of the work; (2) posting notices or signs which advise interested persons and labor organizations that a particular entrance to the property or site of the work is for the employees of "primary" or, as the case may be, "neutral" employers; (3) policing entrances to ensure that only authorized personnel use the entrances; (4) notifying all interested labor organizations of the "primary" or "neutral" status of particular entrances; (5) upon request of Metro, altering or rerouting the access to the site; and (6) in the event of any such picketing or activity is unlawful or has a secondary impact upon the employees of neutral employers, promptly and expeditiously taking appropriate action to seek recourse through the appropriate governmental agency or state or federal courts to limit the location of such picketing or activity so as to reduce the impact thereof upon neutral employers. T/M18 -94 00710 -7 GENERAL CONDITIONS Metro will cooperate with the Contractor to accomplish the foregoing actions and will render assistance as may be in the best interests of Metro. However, Metro shall have the right, without providing additional compensation to the Contractor, to direct the Contractor to modify any of the foregoing actions the Contractor has taken or plans to take or to overrule such actions, to designate the entrances to be used as "primary" or "neutral" entrances, and to take appropriate legal action in order to protect Metro's property and interests. Neither the failure of Metro to request that the Contractor take a specific action nor the exercise by Metro of its rights hereunder shall modify or constitute a defense to or waiver of the obligations imposed upon the Contractor in this paragraph. Failure by the Contractor to take the actions described above or to comply with the directives of Metro shall be considered a material breach of this Contract and Metro shall have all rights provided by law and in this Contract for such breach. In any event, to the maximum extent permitted by law, the Contractor shall be liable for and shall defend, indemnify, save and hold harmless Metro and its agents, representatives, employees and officials from: (1) all claims, suits, or actions brought against Metro by any third party (including, but not limited to, contractors, licensees and invitees of Metro), including the costs of the same and attorney's and consultant's fees, which claims, suits, actions, damages or costs are caused in whole or in part by any dispute which disrupts the work hereunder or otherwise interferes with access to Metro property; (2) all damages sustained by Metro, including but not limited to the costs incurred by Metro in relocating or rerouting access to Metro property and for taking other actions required to maintain the uninterrupted progress of work under this Contract or other contracts and the uninterrupted operations of Metro facilities; and (3) all extra costs incurred by Metro in administering this Contract, including attorney's and consultant's fees, arising from such disruptions or interference. The term "dispute" as used in this paragraph 00710 -1.08 includes labor - related and non labor - related disputes, whether or not the person or other entities involved in the dispute have an employment relationship with either the Contractor or Metro. Examples of such disputes include, but are not limited to, informational or other picketing, and all other forms of concerted or nonconcerted activity. Metro shall be entitled to recover from the Contractor all of the attorney's fees and costs incurred by Metro in establishing or enforcing Metro's right to indemnity under this paragraph 00710 -1.08. 1.09 INTERPRETATION OF CONTRACT DOCUMENTS In the event of any conflict or inconsistency between any of the Contract Documents, the conflict or inconsistency shall be resolved upon the governing document. The hierarchy of the documents is listed below, with each document governing over those listed below it: 1. Change Orders 2. Part D — Addenda 3. Part A — Bidding Requirements and General Conditions 4. Part B — Technical Specifications 5. Part C — Contract Drawings 1.10 INTENT OF CONTRACT The intent of the Contract is to prescribe a complete work. The Contractor shall provide, coordinate and supervise all labor, services, materials, tools, equipment, transportation, supplies and incidentals required to complete all work in compliance with the requirements of the Contract. The Contract Price, whether lump sum or unit prices or a combination thereof, shall be full pay for all work and materials required to fully complete the Contract work. 1.11 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION The Contractor shall comply fully with the requirements set forth in Chapter 27.53 RCW entitled Archaeological Sites and Resources. The Contractor shall immediately notify the Engineer if any artifacts, skeletal remains or other archaeological resources (as defined under RCW 27.53.040) are unearthed during excavation or otherwise discovered on the site of the work. If directed by the Engineer, the Contractor shall immediately suspend any construction activity which, in the opinion of the Engineer, would be in violation of Chapter 27.53 RCW. The suspension of work shall remain in effect until permission to proceed has been obtained by the Engineer from the State Historic Preservation Officer or private landowner, as applicable. T/M18 -94 00710-8 GENERAL CONDITIONS 1.12 WATER POLLUTION CONTROL REQUIREMENTS The Contractor shall comply with and be liable for all penalties, damages and violations under Chapter 90.48 RCW in the performance of this work. By submitting a bid for and entering into this Contract, the Contractor has thereby assured Metro that the Contractor has knowledge of, understands and will comply with the provisions and requirements of Chapter 90.48 RCW, including any regulations issued pursuant thereto. The Contractor shall also perform its work in compliance with water pollution control requirements as may be set forth in this Contract and as may be a part of any permit or other authorization issued or obtained for this Contract. 1.13 RIGHTS OF WAY All rights of way to be provided by Metro for use by the Contractor and for the completed work shall be set forth in the Specifications and may be shown on the Drawings. The Contractor's construction activities shall be confined within the identified rights of way, unless the Contractor makes arrangements for use of additional public and /or private property and complies with this paragraph 00710 -1.13. The Contractor shall comply with all requirements set forth in such rights of way documents and in the Contract applicable to the performance of work hereunder. The Contractor shall provide written notice to the Engineer of the dates of commencement and completion of work on each right of way provided by Metro. If the Contractor fails to diligently prosecute and complete the work on each such right of way and, as a result of such failure, Metro becomes obligated to pay additional amounts for the use of such right of way, the Contractor shall be charged such additional costs in accordance with paragraph 00710 -7.03. Upon completion of use of each right of way, the Contractor shall provide the Engineer with a written release signed by such owner, or authorized agent therefor, stating that the owner has no claims whatsoever against Metro on account of the Contractor's use of such right of way. Such release shall be on the form set forth in the Specifications. If the Contractor makes arrangements for use of such additional public and /or private property, the Contractor, prior to using such property, shall provide the Engineer with written permission of the owner, or duly authorized agent of such owner, for such use. Upon completion of use of such property, the Contractor shall provide the Engineer with a written release signed by such owner or authorized agent therefor stating that the owner has no claims whatsoever against Metro on account of the Contractor's use of such property. Such release shall be on the form set forth in the Specifications. The Contractor shall save Metro harmless from all suits and legal proceedings of every kind and description that might result from use of or damage to rights of way and public and /or private property by the Contractor. The Contractor shall comply with all laws, rules, regulations, ordinances, resolutions or directives relating to its use of public rights or way, streets or highways; and its use of same shall not disturb the rights and property of adjacent property owners. 1.14 ENVIRONMENTAL MITIGATION PLAN If and as required in the Specifications, the Contractor shall prepare and submit to the Engineer a plan by which the Contractor and its subcontractors shall ensure all environmental mitigation requirements shall be complied with during performance of the work under this Contract. The plan shall specifically address each such requirement. Failure to submit a complete environmental mitigation plan may result in suspension of work; delays, if any, resulting therefrom shall be considered avoidable delays, and additional costs, if any, resulting therefrom shall be borne by the Contractor. Preparation of such a plan and compliance with all environmental mitigation requirements shall be deemed incidental to the work under this Contract and all costs therefor shall be included in the Contract Price. 1.15 COMPLIANCE WITH REQUIREMENTS The Engineer will not approve payments for portions of the work not performed in full compliance with provisions of the Contract, laws, ordinances, resolutions, regulations, permits and /or easements and will withhold such payments to the Contractor in accordance with paragraph 00710- 7.01C.2. The Contractor shall be responsible, and have no claim whatsoever against Metro, for all costs and effects of delays resulting or arising from suspension and /or stop work orders issued by the Engineer and /or any T/M18 -94 00710-9 GENERAL CONDITIONS governmental authority as a result of incidents of non - compliance by the Contractor and /or its subcontractors and suppliers. 1.16 CONFLICTS OF INTEREST AND NON - COMPETITIVE PRACTICES Consistent with Section 20 of King County Ordinance No. 11032, the Contractor agrees as follows: A. CONFLICT OF INTEREST The Contractor, by entering into this Contract with Metro to perform or provide work, services or materials, has thereby covenanted that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any such interest, which conflicts in any manner or degree with the work, services or materials required to be performed and /or provided under this Contract and that it shall not employ any person or agent having any such interest. In the event that the Contractor or its agents, employees or representatives acquires such a conflict of interest, it shall immediately disclose such interest to Metro and take action immediately to eliminate the conflict or to withdraw from this Contract, as Metro may require. B. CONTINGENT FEES AND GRATUITIES The Contractor, by entering into this Contract with Metro to perform or provide work, services or materials, has thereby covenanted: 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor has been or will be employed or retained to solicit or secure this Contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee may be paid; and 2. That no gratuities, in the form of entertainment, gifts or otherwise, have been or will be offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of Metro or other governmental agency with a view toward securing this Contract or securing favorable treatment with respect to the awarding or amending thereof, or the making of any determination with respect to the performance of this Contract. C. PENALTIES In addition to the provisions of Section 20 of King County Ordinance No. 11032, Contractors are advised that Section 3.04.060 of the King County Code authorizes criminal liability, and civil penalties, including the cancellation of current contracts and disqualification from bidding for a two -year period, for any person who violates Section 3.04.060 of the King County Code. PART 2 — METRO- CONTRACTOR RELATIONS 2.01 AUTHORITY OF METRO A. GENERAL Metro, acting through the Director and the Engineer, shall be the sole judge of the work and materials with respect to both quantity and quality as set forth in the Contract. It is expressly stipulated that the Drawings, Specifications and other Contract Documents set forth the requirements as to the nature of the completed work and do not purport to control the means or method of performing work except in those instances where the nature of the completed work is dependent on the method of performance. The Director will designate the Engineer and notify the Contractor in writing. B. AUTHORITY OF DIRECTOR OF TECHNICAL SERVICES 1. General. The Director shall act on behalf of Metro on change orders, extensions in time, progress payments, contract interpretation and administrative decisions, acceptability of the Contractor's work, early possession, assessment of damages and all other matters related to administration of this Contract. 2. Change Orders. The Director or the Director's designee shall accept or reject change 3. Progress Payments. The Director shall accept or reject requests for progress payments which have been submitted by the Contractor and recommended by the Engineer. orders. T/M1 8-94 00710 -10 GENERAL CONDITIONS 4. Contract Decisions. Should the Contractor disagree with the Engineer's decision with respect to the Contract, the Contractor may request that the Director review the Engineer's decision and make a determination on behalf of Metro in the manner provided under paragraph 00710 -2.04 G.2. 5. Acceptability of Work. The Director shall make determinations of the acceptability of the work. The Director also shall accept or reject the Engineer's recommendations regarding retention of defective work as provided in paragraph 00710 -4.09. 6. Early Possession. The Director shall determine whether to take early possession in accordance with paragraph 00710 -6.05. 7. Assessment of Damages. The Director shall determine amounts to be assessed as damages hereunder. C. AUTHORITY OF ENGINEER 1. General. The Engineer is the construction site representative of Metro. The Director has delegated the authority to the Engineer to make decisions regarding questions which may arise as to the quality or acceptability of materials and work furnished, the manner of performance and the rate of progress of the work under the Contract. The Engineer interprets the intent and meaning of the Contract and makes decisions with respect to the Contractor's fulfillment of the Contract and the Contractor's entitlement to compensation. The Contractor shall look initially to the Engineer in matters relating to compliance with Contract requirements. The Engineer's decisions are subject to review by the Director in accordance with paragraph 00710 -2.04 G.2. 2. Inspection of Construction. The Engineer and its designated representative(s) shall have access to the work and to the site of the work and to the places where work is being prepared or where materials, supplies, equipment, machinery and other items are being obtained for the work. If requested by the Engineer, the Contractor shall provide the assistance necessary for obtaining such access, and shall provide information related to the inspection of construction. Absence of such access or information, as and when needed, will result in the non - acceptance of the work. 3. Change Orders. The Engineer has the authority to initiate and approve change orders, subject to review by the Director or the Director's designee. 4. Progress Payments. The Engineer has the authority to process payment requests submitted by the Contractor and recommend payment in accordance with paragraph 00710 -7.02. 5. Possession. The Engineer has the authority to recommend the taking possession by Metro of completed portions of the work, in accordance with paragraph 00710 -6.05. • D. USE OF CONTRACTOR'S PLANT AND EQUIPMENT The Director shall have the right to make use of the Contractor's plant and equipment for the performance of work at the site. Metro agrees that such use of plant and equipment will be considered as extra work and paid for accordingly, unless such use is necessary to protect or preserve the work from damage threatened or caused by acts of Nature or Contractor breach of contract. 2.02 AUTHORITY OF CONTRACTOR A. CONTRACTOR'S REPRESENTATIVE The Contractor shall in writing notify the Engineer of the name of the Contractor's Representative. The Contractor's Representative shall supervise the work to ensure that the Contractor carries out the provisions of the Contract and provides all necessary supplies, services, materials, equipment, tools and labor without delay. The Contractor's Representative shall have the authority to act for the Contractor in all matters relating to this Contract unless Metro is advised in writing of limitations on said authority. The Contractor shall provide full -time supervision whenever its employees, subcontractors or suppliers are performing work under this Contract. B. CONSTRUCTION PROCEDURES The Contractor shall actively supervise and direct the work at all times. The Contractor shall determine the means, methods, techniques, sequences and procedures of construction, except in those instances where the Contract Documents, to define the quality or sequencing of an item of work, specify a means, method, technique, sequence or procedure for construction of that item of work. T/M18 -94 00710 -11 GENERAL CONDITIONS 2.03 RESPONSIBILITIES OF CONTRACTOR A. SUBCONTRACTORS, MANUFACTURERS AND SUPPLIERS The Contractor shall be responsible for the adequacy, timeliness, efficiency and sufficiency of its subcontractors, manufacturers, suppliers and their employees. References in the Contract, if any, to actions required of subcontractors, manufacturers, suppliers, or any person other than the Contractor, Metro or the Engineer shall be interpreted as requiring that the Contractor shall require such subcontractor, manufacturer, supplier or person to perform the specified action. B. CONTRACTOR'S EMPLOYEES The Contractor shall be responsible for the adequacy, timeliness, efficiency and sufficiency of its employees. Workers shall have sufficient knowledge, skill and experience to perform properly the work assigned to them. The Contractor's and its subcontractor's employees shall be properly licensed, registered or certified, as applicable, to perform their assigned work. Upon request of the Engineer, the Contractor shall provide copies of licenses, registrations or certifications held by its employees. In addition, any such employee determined by the Engineer in writing not to be sufficiently qualified to perform assigned work or not to be appropriately cooperative with the Engineer shall be removed by the Contractor from all work under this Contract. C. PAYMENT FOR LABOR AND MATERIALS The Contractor shall pay and require its subcontractors to pay any and all accounts for labor including workers compensation premiums, state unemployment and federal social security payments and other wage and salary deductions required by law. The Contractor also shall pay and cause its subcontractors to pay any and all accounts for services, equipment, and materials used by it and its subcontractors during the performance of work under this Contract. Such accounts shall be paid by the Contractor as they become due and payable. If requested by the Engineer, the Contractor shall promptly furnish proof of payment of such accounts. D. ATTENTION TO WORK The Contractor, acting through its Representative, shall give personal attention to and shall manage the work so that it shall be prosecuted faithfully and completed in accordance with all requirements of the Contract. When the Contractor's Representative is not personally present at the site, its designated alternate shall be available and shall have the authority to act in matters relating to this Contract. E. EMPLOYEE OR OPERATOR SA1 -E1Y The Contractor shall be solely and completely responsible for conditions of the work site, including safety of all persons and property, during performance of the work. The Contractor shall maintain the work site and perform the work in a manner which meets statutory and common law requirements for the provision of a safe place to work and which does not pose any safety risks to operators of the plant or other employees of Metro. This obligation shall apply continuously and not be limited to normal working hours. That the Engineer conducts construction review of the Contractor's performance does not and shall not be intended to include review of the adequacy of the Contractor's safety measures in, on or near the site of the work. The Contractor shall comply with the safety standards and provisions of applicable laws, building and construction codes, and the safety regulations set forth in "Safety Standards for Construction" and "General Safety Standards" published by the Washington State Department of Labor and Industries. The Contractor shall maintain at the work site office or other well known place at the work site all materials (e.g., a first aid kit) necessary'for giving first aid to the injured, and shall establish, publish and make known to all employees procedures for ensuring immediate removal to a hospital or a doctor's care, persons, including employees, who may have been injured on the site. Employees shall not be permitted to work on the site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. If the Contractor's and /or any subcontractors work crew consists of five or more employees, the Contractor shall ensure that at least one of such employees has a valid, effective first aid card. In order to protect the lives and health of employees performing work under this Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions, amendments and regulations issued thereunder, and the provisions of the Washington Industrial Safety Act of 1973 (WISHA), including all revisions, amendments and regulations issued thereunder by the Washington T/M18 -94 00710 -12 GENERAL CONDITIONS State Department of Labor and Industries. The WISHA regulations shall apply (without limitation) to all excavation, trenching and ditching operations. In case of conflict between any such requirements, the more stringent regulation or requirement shall apply. The Contractor shall prepare a written "Safety Program" demonstrating the methods by which all applicable safety requirements of this Contract will be met. The Contractor shall ensure its subcontractors have a written "Safety Program" or formally adopt the Contractor's "Safety Program ". The Contractor shall designate a Safety Officer who shall be responsible for proper implementation of the "Safety Program ". The Contractor shall submit a copy of its "Safety Program" to the Engineer as required in the Specifications. The Engineer's review of such Program shall not be deemed to constitute approval or acceptance thereof. The Contractor shall conduct a monthly safety meeting with all subcontractors and others on the site performing work hereunder to discuss general and specific safety matters. The Contractor shall provide written notice of each meeting to the Engineer. The Contractor shall provide the Engineer with a record of each meeting, including a sheet on which each attendee signed in and a list of the matters discussed. The Contractor shall conduct weekly safety meetings ( "tool box talk ") with employees of the Contractor and subcontractors. The Contractor shall provide written notice of each meeting to the Engineer. The Contractor shall provide the Engineer with a copy of the sheet on which each attendee signed in and a description of the safety topics discussed at the meeting. There is no acceptable deviation from these safety requirements, regardless of practice in the construction industry. Any violation of OSHA, WISHA or other safety requirements applicable to the work shall be considered a breach of this Contract. F. PUBLIC SAFETY AND CONVENIENCE The Contractor shall conduct its work so as to ensure the least possible obstruction to vehicular traffic and inconvenience to the general public and the residents in the vicinity of the work and to ensure the protection of persons, property and natural resources. No road or street shall be closed to the public except with the permission of the Engineer and the proper governmental authority. Fire hydrants on or adjacent to the work shall be accessible to fire fighting equipment at all times. Temporary provisions shall be made by the Contractor to ensure the safe use of sidewalks, private and public driveways and proper functioning of gutters, sewer inlets, drainage ditches and culverts, irrigation ditches and natural water courses, if any, on the work site. G. SANITATION The Contractor shall comply with WAC 296 -155 -140 establishing sanitation standards in the construction industry. H. HAZARDOUS WASTE AND MATERIALS 1. The contractor shall comply with all pertinent federal hazardous waste laws and Washington State Dangerous Waste regulations governing hazardous waste generation, storage, transportation, treatment and disposal. 2. The Contractor shall conduct its work to meet the requirements set forth in the Specifications and any applicable laws or regulations related to hazardous materials encountered during performance of the work. Hazardous materials include asbestos, PCBs, radioactive materials, explosives and other materials deemed as such by regulatory agencies. If the material proves positive as containing asbestos, such material shall be handled in compliance with WAC 296 -62 -077 through 296-62-07753. The Contractor shall give immediate oral notice, and written notice within three days, to the Engineer upon the discovery of any such hazardous materials and proceed thereafter only as directed by the Engineer or as set forth in the Specifications. In case of any conflict between any such requirements, the more stringent requirement shall apply. 2.04 METRO- CONTRACTOR COORDINATION A. SERVICE OF NOTICE Any notice, order, direction, request or other communication given by the Engineer or Director to the Contractor will be deemed to be well and sufficiently given to the Contractor if left at any office used by the T/M1S -94 00710-13 GENERAL CONDITIONS Contractor or delivered to any of its officers, clerks or employees or posted at the site of the work or mailed to any post office addressed to the Contractor at the address given in the Contract or mailed to the Contractor's last known place of business. If mailed, any form of communication will be deemed to have given to and received by the Contractor a day after the day of mailing as evidenced by the postmark date. B. SUGGESTIONS TO CONTRACTOR Any plan or method of work suggested by any representative of Metro to the Contractor but not specified or required by the Contract Documents, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor. The Director and the Engineer assume no responsibility therefor and in no way will be held liable for any defects in the work which may result from or be caused by use of such plan or method of work. C. COOPERATION WITH ENGINEER The Contractor, when requested, shall assist the Engineer in obtaining access to work which is to be inspected. The Contractor shall provide the Engineer with information requested in connection with the inspection of the work and administration of this Contract. D. COOPERATION OF OTHERS The Contractor agrees to permit entry to the site of the work by the Director, the Engineer, other employees of Metro, representatives of federal, state or local agencies, or other contractors performing work on behalf of Metro. The Contractor shall cooperate with Metro, other contractors and their employees and shall arrange its work and dispose of its materials in such a manner as not to interfere with the activities of Metro or of others upon the site of the work. The Contractor shall promptly make good any Contractor - caused injury or damage that may be sustained by other contractors or employees of Metro and other agencies. The Contractor shall coordinate its work with that of others and perform its work in proper sequence in relation to that of others. If requested by the Contractor, the Engineer will arrange meetings with other contractors performing work on behalf of Metro to plan coordination of construction activities and to keep the Contractor informed of the planned activities of other contractors. The Contractor shall attend such meetings if directed by the Engineer. E. DEVIATION FROM CONTRACT The Contractor shall not make an alteration or variation in, addition to, or deviation or omission from the requirements of this Contract without the written consent of the Director or the Director's designee. Unless such written consent expressly so provides, any such alteration, variation, addition, deviation or omission by the Contractor shall not result in any extra compensation or extension of time. The Director shall have the right to treat a deviation as a breach or default, if the Director determines the deviation to jeopardize the integrity or quality of the work. F. • D1FFERING SITE CONDITIONS Reference is made to the Specifications for identification of those reports of explorations and tests of subsurface conditions at the site that have been utilized by Metro in preparation of the Contract Documents. The Contractor may rely upon the accuracy of the technical data at the specific times and specific locations of the investigations, but may not rely upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for the Contractor's purposes. Except as indicated in this Paragraph 00710- 2.04F, the Contractor shall have full responsibility with respect to surface and subsurface conditions at the site. If the Contractor believes that (1) any technical data on which the Contractor relied as provided in this paragraph 00710 -2.04 F is inaccurate, or (2) any physical condition uncovered or revealed at the site differs materially from that indicated in the Contract Documents, then the Contractor shall, promptly after becoming aware thereof and before performing any work in connection therewith, notify the Engineer in writing about the inaccuracy or difference. THIS NOTICE SHALL BE MADE WITHIN TEN DAYS OF DISCOVERY OF SUCH CONDITION. NO CLAIMS OF THE CONTRACTOR UNDER THIS PARAGRAPH 00710 -2.04 F WILL BE ALLOWED UNLESS THE CONTRACTOR HAS PROVIDED THE REQUIRED NOTICE. T/M1 8-94 00710-14 GENERAL CONDITIONS If the Engineer concurs that an inaccuracy or material difference exists and that such inaccuracy or material difference will cause an increase or decrease in the Contractor's cost of or time required for performance of the work, a change order incorporating the necessary revisions shall be prepared in accordance with paragraph 00710 -7.02 and submitted to the Director or the Director's designee for approval. If the Engineer finds there is no such inaccuracy or material difference, or if no decision is made in writing within 10 days of the written notice by the Contractor (which 10th day shall be deemed the date on which the Engineer denied the claim), the Contractor must submit a claim to the Engineer in accordance with paragraph 00710 -2.01 G. G. CLAIMS 1. Determination by Engineer. Questions or claims regarding the meaning and intent of the Contract or arising from this Contract shall be referred by the Contractor in writing to the Engineer for decision within five days of the date in which the Contractor knows or should know of the question or claim. The Engineer will ordinarily respond to the Contractor in writing with its decision, but absent such written response the question or claim shall be deemed denied upon the tenth day following receipt by the Engineer. If the Contractor disagrees with the Engineer's decision or is of the opinion that the decision requires extra work, the Contractor shall, within five days thereafter, notify the Engineer in writing of the disagreement or of the claimed extra work involved and of the cost of said work. Failure of the Contractor to timely file a claim will operate as a complete waiver of the Contractor's right thereafter to pursue that claim in any forum. 2. Appeals to the Director of Technical Services. In the event the Contractor disagrees with any determination or decision of the Engineer, the Contractor shall, within 15 days of the date of such determination or decision, appeal the determination or decision in writing to the Director. Such written notice of appeal shall include all documents and other information necessary to substantiate the appeal. The Director will review the appeal and will transmit a decision in writing to the Contractor within 30 days from the date of receipt of the appeal, or the appeal will be deemed denied on the 30th day. Failure of the Contractor to appeal the decision or determination of the Engineer within said 15-day period will constitute a waiver of the Contractor's right to thereafter assert any claim resulting from such determination or decision. Appeal to the Director shall be a condition precedent to litigation under paragraph 00710 -2.04 G.3. 3. Jurisdiction and Venue. All claims, counterclaims, disputes and other matters in question between Metro and the Contractor that are not resolved between the Director and the Contractor, or waived, will be decided in the Superior Court of King County, Washington, which shall have exclusive jurisdiction and venue over all matters in question between Metro and the Contractor. This Contract shall be interpreted and construed in accordance with the laws of the state of Washington. 4. Litigation Costs. As a condition precedent to any litigation under paragraph 00710 -2.04 G.3, for all claims arising under this Contract or arising out of the work under this Contract, the party asserting a claim against the other must in a written notice state the following. a. the dollar amount of the claim; and b. the specific legal bases and /or contract sections upon which the claim is made. If in any subsequent legal action the claiming party recovers less than ninety percent (90 %) of the amount claimed, the claiming party shall pay to the other that other party's attorneys' fees, expert witness and consultant fees and all other litigation costs, in such proportion as the difference between the amount claimed and the principal amount recovered bears to the amount claimed. This paragraph shall not apply to claims relating to defective work (paragraph 00710 -4.09) or guarantees (paragraph 00710- 4.11). 5. No Consequential Damages. No claim for equitable adjustment, extra work or any other claim arising from this Contract will be made by the Contractor or allowed by Metro for the recovery of consequential damages, including (without limitation), lost profits, lost opportunities or the like. Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the Contract and in accordance with the direction of the Director. Failure to comply precisely with the time deadlines under this paragraph 00710 -2.04 G as to any claim shall operate as a waiver and release of that claim and an acknowledgment of prejudice to Metro. T/M18 -94 00710 -15 GENERAL CONDITIONS PART 3 -- SPECIFICATIONS AND DRAWINGS 3.01 INTERPRETATION OF SPECIFICATIONS AND DRAWINGS The Specifications and Drawings are intended to be explanatory and supportive of each other. Work specified on such Drawings and not in such Specifications, or vice versa, shall be executed as if specified in both. In the event the work to be done or matters relative thereto are not sufficiently detailed or explained in the Contract, the Contractor shall apply to the Engineer for further explanations as may be necessary and shall conform thereto so far as may be consistent with the terms of the Contract. The Contractor shall refer issues or questions regarding the true meaning of such Specifications or Drawings to the Engineer for decision. The Specifications and Drawings are divided into groups for convenience. These divisions are not for the purpose of apportioning work or responsibility for work among subcontractors, suppliers and manufacturers. The Contractor is responsible for all work shown, specified or described, regardless of location(s) in the Contract. 3.02 DISCREPANCIES IN SPECIFICATIONS AND DRAWINGS A. ERRORS AND OMISSIONS If the Contractor, in the course of the work, becomes aware of any errors or omissions in the Contract or in Metro's field work, the Contractor shall immediately inform the Engineer in writing. The Engineer will promptly review the matter and if the Engineer finds an error or omission has been made, the Engineer will determine the corrective actions and advise the Contractor accordingly. If the corrective work associated with an error or omission increases or decreases the amount of work called for in the Contract, the Contractor shall prepare or request in writing that the Engineer prepare an appropriate change order in accordance with paragraph 00710 -7.02. After discovery by the Contractor of an error or omission, related work performed by the Contractor shall be done at its own risk unless authorized by the Engineer. B. CONFLICTING PROVISIONS In cases of conflict between the Specifications and Drawings, the Specifications shall govern. Figure dimensions on such Drawings shall govern over scale dimensions and detail drawings shall govern over general drawings. In the event an item of work is described differently in two or more locations on such Drawings or in such Specifications, the Contractor shall immediately notify the Engineer in writing and request clarification. Upon request of the Engineer, the Contractor shall submit in writing to the Engineer the description upon which the Contractor relied in preparing its bid or laying out the work, excerpts from its bid worksheets and all information supporting the Contractor's claim of reliance. If the Engineer directs the Contractor to perform work in a manner other than that contemplated by the Contractor in preparing its bid or laying out the work, the Contractor will request in writing that the Engineer prepare a change order. In this event, the Contractor shall submit to the Engineer such supporting information, including bidding or layout documents, as may reasonably be necessary for the Engineer to determine whether the Contract Price and Contract Time should be increased or decreased or remain unchanged by the change order. 3.03 PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall protect from damage public and private utilities encountered during the work. Utilities and similar facilities and structures shall include, but not be limited to: sewer and storm drain systems; water distribution systems; electrical distribution systems; natural gas distribution systems; telephone, telegraph and CATV systems; fire alarm systems; petroleum pipe lines; steam distribution systems; traffic control systems; powerlines and appurtenances; railroad tracks and appurtenances; and, similar utilities, facilities, systems and structures. Removal, relocation and adjustment of utilities, facilities and structures where necessary to accommodate the work hereunder shall be performed in a manner satisfactory to the utility owner. If the Specifications or Drawings do not specifically provide for the payment for such removal, relocation and adjustment by Metro, then it shall be the Contractor's responsibility to perform such removal, relocation and adjustment and to bear all costs associated therewith without additional cost to Metro and within the Contract Price. T/M18 -94 00710 -16 GENERAL CONDITIONS The right is reserved to Metro and the owners of utilities, facilities and structures, or their authorized agents, to enter upon the site of the work hereunder for the purpose of making changes as are necessary for the rearrangement of their facilities, utilities and structures or for making necessary connections or repairs. The Contractor shall cooperate with work forces engaged in this work and shall conduct its operations in such a manner to avoid any unnecessary delay or hindrance to the work being performed by other work forces. Wherever necessary, the Contractor's work shall be coordinated with the rearrangement of utilities, facilities and structures, and the Contractor shall make arrangements with the owner of the utility, facility or structure for the coordination of the work. This coordination with others for the purpose of rearranging, relocating, or repairing facilities, structures, or utilities is to be anticipated and planned for by the Contractor and shall not be claimed as unavoidable delay by the Contractor, except as provided in paragraph 00710 -6.02 D permitting extensions of time for reasonable delays. The existence and approximate locations of underground utilities, facilities and structures, as determined from available public records, are shown or indicated on the Drawings; however, additional utilities, facilities and structures may be encountered and the locations of the utilities, facilities and structures may vary from the locations shown or indicated on the Drawings. The Contractor shall take the necessary precautionary measures to protect utilities, facilities and structures encountered during the work, whether they are shown or indicated on the Drawings or revealed during the course of the work hereunder. Failure by Metro to show or indicate the existence of utilities, facilities or structures on the Drawings shall not relieve the Contractor from the responsibility to make an independent review and exploratory investigation of the site of the work to ascertain the existence and location of utilities, facilities and structures, nor relieve the Contractor from all liability for any damages to such utilities, facilities and structures, or to the work, resulting from the Contractor's operations. Any depths of utilities indicated are approximations and for the Contractor's convenience only, and the Contractor's responsibility for damage as specified above shall not be altered due to the actual depth being different or other than that indicated in this Contract. Prior to beginning work, the Contractor shall give proper notification as required by RCW 19.122.030 to the agencies that have utilities in place, and shall cooperate with these agencies in the protection and relocation of underground utilities, facilities and structures. In all cases, and to the maximum extent allowed by law, public and private utilities damaged by the Contractor shall be repaired by the Contractor at the Contractor's own expense. All costs incurred as the result of the performance of the Contractor's obligations in this paragraph 00710 -3.03 shall be considered as incidental to the Contract, and the cost thereof shall be included in the Contract Price. 3.04 SUBMITTALS Where required by the Specifications, the Contractor shall submit specified information which will enable the Engineer to assess whether the Contractor's proposed materials, equipment or methods of work are in general conformance with the Drawings and Specifications. Metro will not be obligated to accept or pay for materials, equipment or work for which submittals are required herein, unless and until all submittals have been submitted and reviewed in accordance with the Specifications. When submitting information, the Contractor shall identify and state reasons for each deviation from the Specifications and Drawings. If the Contractor neglects or fails to identify a deviation, the Contractor shall perform the work in compliance with the Specifications and Drawings regardless of any submittal review comments by Metro. Neglect or failure to identify each deviation shall prejudice Metro. Metro's cost of review of submittals for the same proposed materials, equipment or work shall be apportioned as follows: (1) the cost of review of the initial submittal and the first revised submittal shall be borne by Metro; and (2) the cost of all additional revised submittals shall be charged to the Contractor. The cost of review shall include, without limitation, administrative, design and engineering activities directly related to review of submittals. If a submittal requires further engineering or re- design efforts on the part of Metro, the cost of such efforts shall be charged to the Contractor; provided, the Contractor shall not be charged for such efforts if implementation of the submittal results in savings to Metro greater than the cost of such efforts. T/M1S -94 00710 -17 GENERAL CONDITIONS 3.05 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS The Engineer will furnish the Contractor within seven days after Notice to Proceed the following: five sets of the Contract Documents, one set of full -size drawings, and one set of full -size sepia reproducible drawings. The Contractor is advised that revisions incorporating changes by addenda will not be incorporated into the drawings furnished under the provisions of this paragraph. Additional copies of the Contract Documents, if required by the Contractor, will be furnished by Metro at cost. The Contractor shall keep at the construction site at least one set of Contract Documents and one set of full -size drawings which shall be available to the Engineer. PART 4 — MATERIAL, EQUIPMENT AND WORKMANSHIP 4.01 GENERAL A. Unless otherwise specifically stated in the Contract, the Contractor shall provide and pay for materials, labor, tools, equipment, water, light, power, heat, transportation, supervision, and temporary construction of any nature, and other services and facilities of any nature, whatsoever necessary, to execute, complete and deliver the work within the Contract Time. Construction work shall be executed in conformity with the best modern practice of the trade. Material and equipment shall be new and of a quality equal to or better than that specified. Equipment offered shall be current modifications which have been in successful regular operation under comparable conditions. B. The Contractor shall furnish to Metro any guarantee or warranty furnished as a normal trade practice in connection with the purchase by the Contractor or any subcontractor of any equipment, materials, or items required hereunder; provided, such guarantee or warranty shall be in addition to those specific guarantee or warranty requirements for particular equipment and /or work items indicated in the Specifications, and shall not relieve the Contractor of its obligations under paragraph 00710 -4.11. 4.02 PRODUCT DATA Data required for constructing, accepting, operating or maintaining parts of the work shall be provided by the Contractor when specified. Unless otherwise specified, such data shall be provided at the time the referenced material or equipment is delivered to the job site. The data shall include (without limitation) such items as concrete reinforcing information, concrete pour joint information and forming details, product compliance certificates, operations manuals, maintenance procedures, parts lists and record drawings. Such data shall be provided as part of the work under this Contract and its acceptability determined under normal inspection procedures. Product data will not be reviewed in the same manner as submittals. 4.03 QUALITY IN THE ABSENCE OF DETAILED SPECIFICATIONS Where the Contract requires that materials or equipment be provided or that construction work be performed and detailed specifications of such materials, equipment or construction work are not set forth, the Contractor shall perform the work using materials and equipment of a sound quality, at least comparable to the materials and workmanship specified for the other parts of the work, from firms of established good reputations, and shall follow best practices in the performance of construction work. The work performed shall be in conformity and harmony with the intent to secure the best standard of construction and equipment of work as a whole and in part. 4.04 MATERIAL AND EQUIPMENT SPECIFIED BY NAME A. GENERAL Except as provided in paragraph 000710 -4.04B below, when material or equipment is specified by one or more patents, brand names, or catalog numbers, it shall be understood that this is for the purpose of defining the performance or other salient requirements, and shall be considered as if followed by the words "or equal," whether or not such words appear. Other materials or equipment, of equal or better capacities, quality and function, may be considered by the Engineer in its sole discretion upon the Contractor's request for substitution. Requests for substitution shall be made in accordance with paragraph 00710 -4.05. T/M18-94 00710-18 GENERAL CONDITIONS B. SINGLE SOURCE AND PREQUALIFIED MATERIAL AND EQUIPMENT If material or equipment is specified as a single source or prequalified, Metro will not consider substitutions. 4.05 REQUESTS FOR SUBSTITUTION Except as provided in paragraph 007104.04B, the Contractor may offer material or equipment of equal or better quality and performance in substitution for those specified. Metro will consider offers for substitution only from the Contractor and not from suppliers, distributors, manufacturers or subcontractors. If the offered substitution necessitates changes to or coordination with other portions of the work, the Contractor, as a condition of Metro's acceptance of the substitution, shall perform such changes or coordination at no additional cost to Metro. The Contractor's offers of substitution shall be made in writing to the Engineer and shall include sufficient data to enable the Engineer to assess the acceptability of the material or equipment for the particular application and requirements. The written offer of substitution shall include all pertinent data describing the proposed product including, but not limited to, a statement on how the proposed product differs (if at all) from the specified product, details and drawings of all other portions of the work affected by the proposed product, a statement regarding the efficiency and appearance of the proposed product, a list of installations where the proposed product has been in successful operation and service, and such other information as may be required by the Engineer. Within 30 days after receipt of the offer of substitution, the Engineer will review the data submitted by the Contractor and advise the Contractor of any objections to the proposed product or of any additional information necessary to complete the review. The cost of review of an initial proposed substitution will be borne by Metro; the cost of review, including design and engineering review, of an additional or separate proposed substitution for the same material or equipment covered by an initial proposed substitution shall be charged to the Contractor. In addition, the cost of engineering or re- design efforts incurred by Metro as necessary to acceptance of a proposed substitution shall be charged to the Contractor. • While the Engineer might not take any objections to the proposed substitution, such action or determination shall not relieve the Contractor from responsibility for the efficiency, sufficiency, quality and performance of the substitute material or equipment, in the same manner and degree as the material and equipment specified by name. The Engineer shall be the judge of whether the offered substitution is acceptable for the work and whether the changes to other portions of the work necessitated by the incorporation.of the offered substitution are acceptable. 4.06 DEMONSTRATION OF COMPLIANCE WITH REQUIREMENTS A. INSPECTION AND TESTING The Contractor is responsible to ensure all materials, equipment and workmanship comply with the Contract terms and conditions. Materials, equipment and workmanship which do not comply shall be corrected by the Contractor or by Metro at the Contractor's expense. The burden of proof that the work, whether in progress or completed, complies with the Contract shall be on the Contractor. The Contractor shall be responsible for inspecting and testing of the component parts of the work, including its subcontractors' work. The Contractor shall provide inspection and testing reports in the format and at the times requested by the Engineer. The Engineer shall be entitled to have its representatives present at all Locations where Contractor or its subcontractors are engaged in the performance of the work, at any and all times, to review and inspect all aspects of their performance of the work and to perform or witness whatever tests are required by the Specifications. The Contractor shall cooperate with the Engineer's review and inspection of Contractor's performance. For inspections or tests to be witnessed by the Engineer or its designate, Contractor shall advise the Engineer of said inspection or test sufficiently in advance (but in any event no later than five (5) days prior to T/M18 -94 00710 -19 GENERAL CONDITIONS the date thereof for inspections and tests in the Seattle -King County metropolitan area and thirty (30) days prior to the date thereof if beyond said metropolitan area) to enable Engineer to attend. . Inspection or non - inspection, or witnessing or non - witnessing, by the Engineer shall not be construed as acceptance of any part of the work or an assumption of risks or liability by Metro nor as relieving Contractor of its responsibilities for compliance with the Contract. In connection with the specific inspections or tests required by the Engineer pursuant to this Contract, any materials necessary for the safe and efficient performance of such inspections or tests shall be provided by the Contractor at no additional cost to Metro. Any other inspections or tests which may be required by the Engineer and are not indicated or referred to in this Contract may be compensated by change order. All tests performed for the Engineer shall be carried out so as not to unnecessarily interfere with the work. If the Contractor closes or covers any part of the work before the required inspection or witnessing has been performed or without agreement by the Engineer, the Contractor shall, if required by the Engineer, open or uncover such work for inspection or witnessing and reclose or recover, all at Contractor's expense. Work rejected by the Engineer shall be corrected by the Contractor at the Contractor's expense subject to claim by the Contractor in accordance with paragraph 00710 -2.04 G. The Contractor shall proceed with the correction to ensure completion of the work in accordance with the intermediate and final completion dates set forth in the Specifications. B. SAMPLES OF MATERIALS In cases where compliance with requirements for materials to be incorporated in the work requires laboratory examination or special testing, the Contractor shall provide samples or specimens to the Engineer. Such samples shall be taken in the presence of the Engineer if so requested. The Contractor shall inform the Engineer of the Contractor's schedule prior to all sample taking. Such samples or specimens shall be provided in ample time to permit making proper test analysis and examinations before the time at which it is desired to incorporate the material into the work. Tests of materials shall be conducted by an independent testing laboratory in accordance with the Specifications and at Metro's expense. In the absence of a specific test requirement, the Engineer will determine the appropriate standard test to be used. C. CERTIFICATION In cases where compliance of materials or equipment to requirements in the Specifications is not determinable through inspection and tests, the Contractor shall, at the direction of the Engineer, provide properly authenticated documents, certificates or other satisfactory proof of compliance. Such documents, certifications and evidence shall include performance characteristics, materials of construction and the physical and chemical characteristics of materials. All costs associated with obtaining such documents, certifications and evidence shall be paid by the Contractor. D. INSPECTION AT POINT OF MANUFACTURING If inspection and testing of materials or equipment bythe Engineer in the vicinity of the work is not practicable, the Specifications may require that such inspection and testing or witnessing of tests take place at the point of manufacture. In this case and also in the event that the remote inspection and testing is not specified herein and is subsequently requested by the Engineer, the required travel, subsistence, and labor expenses of the Engineer will be paid by Metro. If the Contractor requests the Engineer to inspect and test material or equipment at the point of manufacture, then the cost to the Engineer for travel, subsistence, and labor expenses shall be paid by the Contractor. E. TESTING AND COMMISSIONING OF COMPLETED WORK Testing and commissioning of all mechanical, electrical and instrumentation systems and completed portions of the work functioning as a completed system and the entirety of the work functioning as a completed facility, shall be done in accordance with the requirements of the Specifications and in the presence of the Engineer. T/M1 8-94 00710-20 GENERAL CONDITIONS 4.07 STORAGE OF MATERIALS AND EQUIPMENT Materials and equipment shall be stored in accordance with the manufacturer's recommendation or as specified in the Specifications, so as to ensure the preservation of their quality and fitness for the work. Stored equipment and materials shall be located so as to facilitate inspection by the Engineer. The Contractor shall be responsible for damages that occur in connection with the care and protection of materials and equipment until final acceptance of the work. 4.08 MANUFACTURER'S DIRECTIONS Manufactured articles, material and equipment shall be transported, stored, applied, installed, connected, erected, adjusted, tested, operated and maintained as recommended by the manufacturer, unless otherwise specified herein. 4.09 DEFECTIVE WORK A. REINSPECTION OF WORK In the event the Engineer determines that a part of the work is defective, the Contractor shall be responsible for all costs to Metro for subsequent reinspection(s) of the defective work. For the purposes of this paragraph 00710 -4.09, the term "defective work" shall mean the work was not complete at the time of inspection or the work failed to comply with the requirements of the Contract. B. CORRECTION OF DEFECTIVE WORK If the Engineer determines through its inspection procedures that material, equipment or workmanship proposed for or incorporated in the work does not meet the requirements of the Contract, the Engineer will give written notice of the non - compliance to the Contractor. Within five days from the receipt of such notice, the Contractor shall undertake the work necessary to correct the deficiencies and to comply with the Contract. If the Contractor disagrees with the Engineer's determination and concludes that the corrective work should be covered by a change order, the Contractor shall set forth its claim in accordance with paragraph 00710- 2.04G. C. RETENTION OF DEFECTIVE WORK The Director may retain work which is not in compliance with the Contract if the Director determines that such defective work is not of sufficient magnitude or importance to make the work dangerous or undesirable. The Director also may retain defective work if removal of such work is impractical or will create conditions which are dangerous or undesirable. Just and reasonable value for such defective work will be determined by the Director and appropriate deductions will be made in the payments due or to become due to the Contractor. Final acceptance will not act as a waiver of Metro's right to recover from the Contractor an amount representing the deduction for retention of defective work. 4.10 MATERIALS AND EQUIPMENT FURNISHED BY METRO Materials and equipment, if any, specified in the Specifications to be furnished by Metro shall be installed by the Contractor. Furnishing of material and equipment by Metro will be considered conclusive evidence of their acceptability for the purpose intended. If the Contractor discovers defects in material or equipment furnished by Metro, the Contractor shall immediately notify the Engineer in writing. After such discovery, the Contractor shall not proceed with work involving Metro - furnished materials and equipment unless otherwise authorized by the Engineer. Unless otherwise noted or specifically stated, materials and equipment furnished by Metro, which are not of local occurrence, are considered to be "FOB" railroad station or truck terminal nearest to the site of the work. The Contractor shall promptly unload, transport, store and protect such material and equipment from damage. The Contractor shall inspect such Metro - furnished material and equipment on receipt and provide the Engineer with written acceptance for the incorporation of said material and equipment into the work. After receipt by the Contractor at the point of delivery, Metro - furnished material and equipment shall form part of the work for purposes of the Contract, including risk of loss and damage, as if it had been supplied and stored by the Contractor. T/M18.94 00710-21 GENERAL CONDITIONS 4.11 GUARANTEE For a period of 365 days commencing on the date of completion of the work under paragraph 00710 -7.05 or on the date of possession and use under paragraph 00710 -6.05 by Metro (but commenting only as to such portions of the work so possessed or used), whichever comes earlier, the Contractor shall, upon the receipt of notice in writing from Metro, promptly correct any defective work. If the defective work cannot be corrected, or if the corrected work has been rejected by Metro, the Contractor shall promptly remove it from the site and replace it with non - defective work, all at no cost to Metro. Metro is hereby authorized to make such corrections if, ten days after giving of such notice to the Contractor, the Contractor has failed to make or undertake the corrections or removal /replacement with due diligence. In case of an emergency where, in the opinion of the Director, delay could cause serious loss or damage, corrections or replacement may be made prior to or concurrent with notice being sent to the Contractor. All expenses in connection with such corrections or replacement, including costs for professional services, will be charged to the Contractor. For defective work either corrected or replaced, this guarantee shall be extended for a period equal to the time of correction or replacement. For the purpose of this paragraph 00710-4.11, acceptance of the work shall not extinguish any covenant or agreement on the part of the Contractor to be performed or fulfilled under this Contract which has not, in fact, been performed or fulfilled at the time of such acceptance. All covenants and agreements shall continue to be binding on the Contractor until they have been fulfilled. The guarantee provided in this paragraph 00710 -4.11 shall be in addition to those specific guarantee or warranty requirements for particular equipment and /or work items indicated in the Specifications, and in addition to any other rights or remedies available to Metro under this Contract or at law. 4.12 WARRANTY OF TITLE No material, supplies, equipment or items for the work shall be purchased subject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, equipment and items installed or incorporated in the work, and upon completion of all the work shall deliver the same together with all improvements and appurtenances constructed or placed thereon by the Contractor to the Engineer free from any claims, liens, or charges. Neither the Contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this Contract shall have any right to lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph 00710 -4.12, however, shall defeat or impair the right of the persons furnishing materials or labor to recover under any bond given by the Contractor for their protection or any rights under any law permitting such persons to look to funds due the Contractor in the hands of Metro. The provisions of this paragraph 00710 -4.12 shall be inserted or referenced in or otherwise made a part of all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. PART 5 — LIABILITY, INDEMNIFICATION, AND INSURANCE 5.01 LIABILITY AND INDEMNIFICATION To the maximum extent permitted by law, the Contractor shall be liable for all damages and injury which shall be caused to owners of property on or in the vicinity of the work or which shall occur to any person or persons or property whatsoever arising out of the performance of this Contract, whether or not such damage or injury be caused by negligence of the Contractor and whether or not such damage or injury be caused by the inherent nature of the work specified. To the maximum extent permitted by law, the Contractor shall indemnify and hold Metro and all of its officers, principals, agents and employees harmless from any liability whatsoever for any injuries to persons or property arising out of the performance of this Contract; provided, however, that if (and only if) the provisions of RCW 4.24.115 apply to the work and any such injuries to persons or property arising out of performance of this Contract are caused by or result from the concurrent negligence of Contractor or its agents or employees, and Metro or its agents or employees, the indemnification applies only to the extent of the negligence of the Contractor, its agents or employees. The Contractor specifically assumes potential liability for actions brought by the Contractor's own employees against Metro and for that purpose the Contractor specifically waives any T/M1 8-94 00710-22 GENERAL CONDITIONS immunity under the workers compensation act, RCW Title 51; and the Contractor recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was the subject of mutual negotiation. In case any suit or legal proceedings shall be brought against Metro or any of its officers, principals, agents or employees on account of loss or damage sustained by any person or property as a result of the performance of this Contract, whether or not such injuries or damage be due to the negligence of the Contractor and whether or not such injuries or damage be caused by the inherent nature of the work specified, the Contractor agrees to assume the defense thereof and to pay all expenses connected therewith and all judgments that may be obtained against Metro or any of its officers, principals, agents or employees in such suits or legal proceedings. In the event that any lien is placed upon the property of Metro or any of its officers, principals, agents or employees as a result of such suits or legal proceedings, the Contractor agrees to at once cause the same to be dissolved and discharged by giving bond or otherwise. Certain kinds of incidents may result in claims which create special problems for Metro. Therefore, in addition to the amounts required by Chapter 60.28 RCW to be withheld from the progress payments to the Contractor, if the Contractor or its insurance carrier does not respond in a reasonable time or manner, Metro may, in its sole discretion, (1) withhold amounts sufficient to pay the amount of any property damage or bodily injury claim and /or (2) pay any property damage claim of which Metro may have knowledge, regardless of the informalities of notice of such claim, arising out of the performance of this Contract. The terms "property damage claim" and "bodily injury claim" shall not include any claim by persons furnishing supplies or materials or performing labor under the Contract. An amount withheld will be held until the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment in favor of the claimant on such claim. In addition, the Contractor shall reimburse and otherwise be liable for claims costs incurred by Metro including without limitation costs for claims adjusting services, attorneys, engineering and administration. 5.02 INSURANCE A. EVIDENCES AND CANCELLATION OF INSURANCE Prior to execution of the Contract and prior to expiration of insurance coverages, the Contractor shall file with Metro evidences of insurance from the insurer(s) certifying to the coverage of all insurance required herein. All evidences of insurance must be certified by a properly authorized officer, agent, general agent or qualified representative of the insurer(s) and shall certify the name of the insured, the type and amount of insurance, the location and operations to which the insurance applies, the expiration date, and that the insurer(s) shall give, by registered mail, notice to Metro at least 30 days prior to the effective date of any cancellation, lapse or material change in the policy. Any failure to mail such notice shall not relieve the insurance company, its agents or representatives from obligations and /or liability hereunder. The Contractor shall, upon demand of Metro, deliver to Metro all such policies of insurance and the receipts for payment of premiums thereon; and should the Contractor neglect so to obtain and maintain in force any such insurance or deliver such policies and receipts to Metro, then Metro shall request that the Contractor deliver a specific action plan to acquire such insurance and /or deliver policies and receipts within three days or before any further performance hereunder, whichever is first. Failure to provide such policies of insurance within a time acceptable to Metro shall entitle Metro to suspend or terminate the Contractor's work hereunder in accordance with paragraph 00710 -6.04. Suspension or termination of this Contract shall not relieve the Contractor from its insurance obligations hereunder. B. INSURANCE REQUIREMENTS The Contractor shall obtain and maintain the minimum insurance set forth below. By requiring such minimum insurance, Metro shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor under this Contract. The Contractor shall assess its own risks and, if it deems appropriate and /or prudent, maintain greater limits and /or broader coverage. 1. General Liability. a. Bodily Injury Liability affording limits of liability of $500,000 each occurrence and $500,000 aggregate, for bodily injury or death suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. T/M18-94 00710 -23 GENERAL CONDITIONS b. Property Damage Liability affording limits of $500,000 each occurrence and $500,000 aggregate, for damages to property suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. c. If such insurance is written on a Combined Single Limit (CSL) basis, the limit of liability required is $1,000,000 per occurrence, $1,000,000 aggregate, CSL. 2. Automobile Liability. a. Bodily Injury Liability affording limits of liability of $500,000 each person and $1,000,000 each accident, for bodily injury or death suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. b. Property Damage Liability affording limits of $250,000 each accident, for damages to property suffered or alleged to have been suffered by any person or persons by reason of or in the course of operations under the Contract. c. If such insurance is written on a Combined Single Limit (CSL) basis, the limit of liability required is $1,000,000 per accident, CSL. 3. The liability insurance in paragraph 00710 -5.02 B.1 and B.2 shall indemnify the Contractor, Metro and its officers, officials, agents and employees against loss from liability imposed by law upon, or assumed under agreement by the Contractor and /or its subcontractors for damages on account of bodily injury, property damage and /or other damages. Such insurance shall include: (1) personal injury; (2) blanket contractual; (3) broad form property damage; (4) products and completed operations liability; (5) owned and non- owned vehicles and equipment; and (6) Washington stop -gap (Employer's Liability). Such insurance shall not exclude explosion, collapse, or underground hazards (X,C,U). 4. Additional coverages required: a. Whenever the work under this Contract includes "professional services ", the Contractor shall maintain the appropriate Professional Liability, affording limits of liability of $500,000 each claim and $1,000,000 aggregate for damages sustained by reason of or in the course of operations under the Contract, whether occurring by reason of acts, errors or omissions of the Contractor. b. Whenever the Contractor has vehicles, equipment or other property of Metro in its care, custody or control, the Contractor shall maintain Garage Keepers Legal Liability, or other appropriate legal liability coverage, affording limits of liability equal to the maximum value of all property of Metro in the Contractor's care, custody or control or $50,000 per occurrence, whichever is greater. Coverage shall be on an "all risk" form. c. Whenever the work under this Contract involves advertising activities, the Contractor shall maintain Advertisers Professional Liability affording limits of $500,000 each occurrence, $1,000,000 aggregate. d. Whenever the work under this Contract involves construction on premises of Metro, the Contractor shall provide Owners' and Contractors' Protective coverage for limits as stated in subparagraphs 1, 2 and 3 above. e. Whenever the work under this Contract involves the use of watercraft, the Contractor shall: (1) provide Protection & Indemnity coverage affording a liability limit of $1,000,000 per occurrence and such insurance shall include coverage for injury to crew (Jones Act); and (2) maintain Pollution Insurance to satisfy U.S. Coast Guard requirements as respects the Federal Oil Pollution Act of 1990 and the Comprehensive Environmental Response, Compensation and Liability Act of 1980 as amended. f. If applicable (e.g., if work performed is on or about navigable waterways), the Contractor shall also maintain statutory United States Longshoremen & Harborworkers' coverage. g. Whenever the work under this Contract involves pollution risk to the environment, the Contractor shall provide Pollution Liability insurance affording a limit of $1,000,000 each occurrence, $1,000,000 aggregate, for damages sustained by reason of sudden and accidental pollution. h. Other insurances as may be deemed appropriate by Metro. Such insurance shall be maintained through the term of this Contract and, except for automobile liability, for a period of 365 days after the date of substantial completion under paragraph 00710 -6.02 F or completion of the entire project, whichever comes earlier, or the date of termination under paragraph 00710 -6.04. If coverage is on a "claims made" basis, coverage shall be further extended to cover claims made during one additional year beyond said period. T/M18 -94 00710-24 GENERAL CONDITIONS All liability insurance policies, except as required in items 4a and 4b above, shall include King County Department of Metropolitan Services and its officers, officials, agents and employees as additional insureds and shall contain "severability of interest" (cross liability) wording. The Contractor's insurance shall be primary to and not contributing with any insurance or self - insurance which may be carried by Metro. Such insurance shall be provided on forms and by insurance companies satisfactory to Metro. No provision in this paragraph 00710 -5.02 or in paragraph 00710 -4.11 shall be construed to limit the liability of the Contractor for work not done in accordance with the Contract, or express or implied warranties. The Contractor's liability for the work shall extend as far as the appropriate periods of limitation provided by law. C. WORKER'S COMPENSATION The Contractor and its subcontractors shall maintain worker's compensation insurance in the amount and type required by law for all employees employed under this Contract who may come within the protection of worker's compensation laws. The Contractor shall make all payments arising from the performance of this Contract due the state of Washington pursuant to Titles 50 and 51 RCW. D. BUILDER'S RISK 1. Metro will purchase and maintain property damage insurance upon the entire work, including materials and supplies, at the site, storage offsite or while in transit, to the insurable value thereof. The insurance shall include the interests of Metro, the Contractor, subcontractors, and sub - subcontractors of all tiers in the work and shall insure against physical loss or damage by perils included under an "All Risk" Builder's Risk policy form. 2. Selection of the deductible amount shall be at the sole option of Metro, and may be changed by Metro at any time without notice to the Contractor or to any subcontractor or sub - subcontractor. Any uninsured loss resulting from any such deductible shall be borne by Metro, except to the extent such loss: (1) is covered by the Contractor's liability insurance; (2) results from negligence or breach of the Contract by the Contractor, subcontractor(s) or sub - subcontractor(s); or (3) is otherwise allocated by the other provisions of the Contract. 3. The Contractor shall be solely responsible for obtaining and maintaining, at its own cost, insurance necessary to protect against loss or damage to Contractor's equipment which is not or will not become a permanent part of the work, losses sustained by any third party, or resulting from delays to Contractor and its subcontractors and sub - subcontractors. 4. Metro assumes no obligation to provide insurance or to assume responsibility for other damages, costs, and expenses to the Contractor and its subcontractors other than as described hereinbefore; however, if the Contractor requests in writing that insurance for property risks related to the work, other than those covered by Metro's Builder's Risk insurance or unique direct risks be included in the property insurance policy, Metro will, if possible, include such insurance and the cost thereof shall be paid by the Contractor by appropriate change order and the Contractor hereby agrees to reimburse Metro for such cost by payment or by credit against moneys owed to the Contractor under the terms of this Contract. 5. Any loss insured under the above referenced Builder's Risk policy shall be adjusted with Metro and payments made to Metro as trustee for the insureds, as their interests may appear, subject to the requirements of any applicable mortgagee clause. a. The Contractor shall pay each subcontractor a just share of any insurance moneys received by the Contractor, and by appropriate written agreement shall require each subcontractor to make payments to its sub - subcontractors in similar manner. b. The Contractor agrees to indemnify and hold harmless Metro from and against any and all suits or claims against Metro by subcontractors and /or their sub - subcontractors, suppliers, agents, and employees for such payments. 6. Metro and the Contractor waive all rights against each other and the subcontractors, sub - subcontractors, suppliers, agents and employees each of the other for the damages caused by fire or other perils to T/M18 -94 00710 -25 GENERAL CONDITIONS the extent covered by the Builder's Risk policy referenced hereinbefore, or any other property insurance applicable maintained by Metro or the Contractor, except such rights as they may have to the proceeds of such insurance held by Metro as trustee. a. The foregoing waiver shall not extend to any other obligation or liability of either Metro or the Contractor covered elsewhere in these Contract Documents, including those provisions relating to indemnification of Metro by the Contractor. 7. Claims made by the Contractor under the Builder's Risk policy shall be submitted to the Engineer for consideration by Metro. 5.03 DAMAGE TO WORK The work shall be under the Contractor's responsible care and charge. The Contractor shall bear all loss and damage whatsoever and from whatsoever cause, except that caused solely by the act of Metro, which may occur on or to the work during the fulfillment of the Contract. If any such loss or damage occurs, the Contractor shall immediately make good any such loss or damage, and in the event of the Contractor refusing or neglecting so to do, Metro may itself or by the employment of some other person make good such loss or damage, and the cost and expense of so doing shall be charged to the Contractor. 5.04 LITIGATION EXPENSES In any legal action arising from the Contractor's obligations under paragraph 00710 -5.01 or asserting claims that the Contractor has not met the requirements of the Contract Documents, the prevailing party shall recover its reasonable attorneys' fees and litigation costs; provided, however that this paragraph shall not apply to any legal action (or portion thereof) by the Contractor seeking compensation from Metro including (without limitation) actions for delay or extra work. PART 6 — PROGRESS AND COMPLETION 6.01 NOTICE TO PROCEED Following execution of the Contract by Metro, written Notice to Proceed will be given by the Director to the Contractor in accordance with Section 00100 herein. Unless specifically required in the Contract, the Contractor shall not be obligated to perform work, and Metro will not be obligated to accept or pay for work performed by the Contractor, prior to delivery of the Notice to Proceed. 6.02 CONTRACT TIME A. GENERAL Time shall be strictly of the essence of the Contract. The Contractor shall promptly start the work as soon as possible after the date of the Notice to Proceed and shall prosecute the work so that the various portions of the work shall be complete in accordance with the intermediate and final completion date(s) set forth in the Specifications. During periods when weather or other conditions are unfavorable for construction, the Contractor shall pursue only such portions of the work as will not be damaged thereby; no portions of the work shall be constructed while those conditions exist if acceptable quality or efficiency will be adversely affected. It is expressly understood and agreed by and between the Contractor and Metro that the Contract Time for completion of the work described herein is a reasonable time taking into consideration the weather conditions and other factors prevailing in the locality of the work. B. CONSTRUCTION SCHEDULE The Contractor shall provide progress schedules, cash flow projections and additional reports, as specified in the Specifications, demonstrating the Contractor's logic and sequencing plan for scheduling and completing the work within the Contract Time. Contract Time extensions approved by the Director shall be incorporated into updated schedules reflecting their effect at the time of occurrence. Progress payments will not be considered by the Engineer until the Contractor complies with these requirements. T/M1 &94 00710-26 GENERAL CONDITIONS The Contractor shall promptly notify the Engineer in writing of any facts or conditions which would affect the Contractor's ability to meet the intermediate or final completion date(s) for the work. If the Contractor fails to maintain the progress necessary for the completion of the intermediate or final completion date(s) as required under this Contract, Metro shall have all of the rights and remedies provided by law and under this Contract. Notwithstanding such rights and remedies, the Contractor shall, upon written notice by the Engineer and at no additional cost to Metro, work such hours as allowed by applicable permits and other such constraints, and furnish such additional personnel, equipment and construction plant for such a period of time as necessary to regain and thereafter maintain the progress required by the Contract. If the Contractor fails to comply with the Engineer's notice or fails to regain and thereafter maintain the progress required by the Contract, Metro shall have all rights and remedies provided by law and provided by this Contract, including those set forth in paragraph 00710 -6.04 A herein. C. DELAYS 1. Notice of Delays. Immediately (but in any event no more than three days) after the Contractor foresees or should foresee a delay in the prosecution of the work or upon the occurrence of a delay which the Contractor regards as unavoidable, the Contractor shall notify the Engineer in writing of the probability or the occurrence of such delay, the extent of the delay, the specific impacts and effects of the delay on the construction schedule, and its possible cause. The Contractor shall take immediate steps to prevent, if possible, the occurrence or continuance of the delay. If this cannot be done, the Engineer will determine how long the delay will continue and to what extent the prosecution and completion of the work are being or will be delayed thereby. The Engineer will also determine whether the delay is to be considered avoidable or unavoidable and notify the Contractor of the Engineer's determination. The Contractor agrees that no claim shall be made for the delays for which timely written notice to the Engineer is not made. 2. Avoidable Delays. Avoidable delays in the prosecution of the work shall include delays which could have been avoided by the exercise of care, prudence, coordination, foresight and diligence on the part of the Contractor, its subcontractors, or its suppliers at any tier. In addition, avoidable delays include, but are not limited to: a. Delays which may in themselves be unavoidable but do not necessarily prevent or delay the prosecution of parts of the work or the completion of the whole work within the Contract Time (e.g., fit within the float time shown on the accepted construction schedule). b. Time associated with reasonable interference of Metro or other contractors employed by Metro which do not necessarily prevent the completion of the whole work within the Contract Time. c. Delays which may in themselves be unavoidable, but which do not affect any critical path activity on the accepted construction schedule. 3. Unavoidable Delays. An unavoidable delay means a delay in the prosecution of the work which cannot be regarded as avoidable under paragraph 00710 -6.02 C.2. Unavoidable delays shall include delays which result from causes beyond the control of the Contractor and which could not have been avoided by the exercise of care, prudence, coordination, foresight and diligence on the part of the Contractor, its subcontractors or its suppliers at any tier. Delays in completion of the work of other contractors employed by Metro will be considered unavoidable delays insofar as they interfere with the Contractor's completion of the current controlling item on the accepted construction schedule. Delays due to abnormal weather conditions under paragraph 00710 -8.02 will be regarded as unavoidable, but the Contractor agrees to plan its work with prudent allowances for interference by normal weather conditions. Delays caused by acts of Nature, acts of public enemy, fires, floods, epidemics, quarantine restrictions, strikes and freight embargoes will be considered as unavoidable delays insofar as they prevent the Contractor from proceeding toward completion of the current controlling item on the accepted construction schedule. D. EXTENSION OF TIME 1. Avoidable Delays. The Director may grant, if requested by the Contractor, an extension of time for avoidable delay, if the Director determines that an extension is in Metro's best interest. If the Director grants an extension of time for avoidable delay, the Contractor agrees to pay certain of Metro's actual costs resulting therefrom, as specified in paragraph 00710 -7.04, incurred during the extension. 2. Unavoidable Delays. For delays which the Contractor has given notice pursuant to paragraph 00710 -6.02 C.1 and considers to be unavoidable, the Contractor shall submit to the Engineer complete T/M18 -94 00710.27 GENERAL CONDITIONS written information demonstrating the effect of the delay on the controlling operations on the accepted construction schedule. The submission shall be made within 10 days of the occurrence which is claimed to be responsible for the unavoidable delay. The Engineer will review the Contractor's submission and determine the number of days of unavoidable delay and the effect of such unavoidable delay on such controlling operations. The Director will grant an extension of time to the extent that unavoidable delays necessarily affect controlling operations in the construction schedule. During such extension of time, neither compensation under paragraph 00710 -7.04 nor damages for delay will be charged to the Contractor. It is understood and agreed by the Contractor and Metro that time extensions due to unavoidable delays necessarily involve controlling operations which would prevent completion of the work or portion thereof within the Contract Time. To the extent that any such extension of time is caused by act(s) or omission(s) of someone other than Metro or persons acting for Metro, or to the extent that the extension of time arises from a reasonable delay, the Contractor's sole remedy shall be the extension of time and it may not recover any damages whatsoever arising in any manner from such delay. For purposes of this paragraph, any individual delay of up to the greater of 5 days or one percent of the Contract Time (as extended) shall be deemed reasonable and any individual delay of up to the greater of 10 days or five percent of the Contract Time (as extended) shall be presumed reasonable. E. DAMAGES FOR DELAYS For each and every day that any portion of the work remains incomplete after the Contract Time, including intermediate or final completion dates, specified in the Specifications, as modified by any extension of time granted hereunder, damage will be sustained by Metro. Because of the difficulty in computing the actual material loss and disadvantages to Metro, it is determined in advance and agreed by the parties hereto that the Contractor will pay Metro the amount set forth in Part 8 of Section 00710 for each day of delay as representing a reasonable forecast of the actual damages which Metro will suffer by the failure of the Contractor to complete such work or portion thereof within said time(s). The execution of this Contract shall constitute acknowledgment by the Contractor that it has ascertained and agrees that Metro will actually suffer damages in the amount herein fixed for each and every day during which the completion of the work or portions thereof is avoidably delayed beyond the specified time(s). This paragraph shall provide the Contractor's sole remedy for any and all damages it may suffer for delay. For unavoidable delays which are also unreasonable delays under paragraph 00710 -6.02 D.2, the Contractor must make a complete and timely claim for damages referring to this paragraph. Because of the difficulty in computing the actual losses to the Contractor, it is determined in advance and agreed by the parties hereto that Metro will pay the Contractor the amount set forth in Part 8 of Section 00710 for each day of unavoidable, unreasonable delay as representing a reasonable forecast of the actual damages; provided, however, that such liquidated damages will be paid only if any extension of time granted the Contractor does not fairly compensate the Contractor for such unavoidable, unreasonable delay. F. SUBSTANTIAL COMPLETION When the work under this Contract is completed to the extent that Metro has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains to complete the entirety of the work, the Engineer will determine that the work is substantially complete. The Engineer will notify the Contractor in writing of the substantial completion date. For overruns in Contract Time occurring after the substantial completion, damages for delay assessed against the Contractor as provided in paragraph 00710 -6.02 E will not apply. For overruns in Contract Time occurring after substantial completion, damages shall be assessed against the Contractor on the basis of direct engineering, inspection, and related costs assignable to this Contract. The Contractor shall complete the remaining work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the remaining work. 6.03 SUSPENSION PROCEDURES The Engineer may, at any time and without cause, suspend all or any part of the work by notice in writing to the Contractor. The Contractor shall resume the work within five days after receiving written notice from the Engineer to do so. The Contractor may submit a claim, as provided in paragraph 00710 -7.02, for an increase in the cost of performing the Contract or an extension of Contract Time, or both, necessarily caused by any suspension; provided, the Contractor shall not be entitled to any increase for any suspension, delay, or T/M18A4 00710-28 GENERAL CONDITIONS interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the Contractor, or for which an equitable adjustment is provided for or excluded under any other provision of this Contract, or if suspension does not affect any critical activity on the accepted construction schedule, or if the suspension is based on non - compliance with requirements under paragraph 00710 -1.15. If the Engineer does not give notice in writing to the Contractor to resume work at a date within 180 days of the date of the notice to suspend, then the Contract shall be assumed to be terminated and the Contractor shall be entitled to compensation in accordance with paragraph 00710 -6.04 B. 6.04 TERMINATION PROCEDURES A. TERMINATION BY METRO FOR DEFAULT The Director shall act for and on behalf of Metro in all termination actions and determinations. The Director may terminate the Contract upon written notice to the Contractor whenever the Contractor is deemed to be in default or fails to fulfill, in a timely and proper manner, the contract obligations, or is in violation of any provisions or covenants of the Contract. Termination shall be effective upon receipt of such notice by the Contractor. The Contractor shall immediately discontinue work and take all reasonable steps. with its suppliers and subcontractors to minimize cancellation and other costs. The Contractor shall be deemed to be in default and subject to termination upon the occurrence of any one or more of the following events: 1. If Contractor is insolvent. 2. If Contractor makes a general assignment for the benefit of creditors. 3. If a trustee or receiver is appointed for Contractor, or for any of Contractor's property. 4. If Contractor without good cause repeatedly fails to make prompt payments to subcontractors or others for labor, materials, or equipment. 5. If Contractor disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction. 6. If Contractor disregards the authority of any of Metro's representatives or Engineer. 7. If Contractor violates in any material way the provisions of the Contract Documents by failing, neglecting, or refusing to proceed according to and in full compliance with the provisions and covenants of the Contract Documents. 8. If Contractor fails to provide required insurance or bonds, or proceeds thereof. 9. If Contractor submits false or misleading information to Metro. After the termination of the Contract, Metro may complete the unfinished work by obtaining the services of another contractor. In doing so, Metro will not be obligated to obtain the lowest bid to complete the unfinished work. Further, Metro may exclude the Contractor from the site and take possession of the work and all of the Contractor's tools, appliances, construction equipment and machinery at the site and use them in the completion of the work to the full extent they could be used by the Contractor. Materials and equipment for which Metro has paid any amount on to the Contractor may be incorporated in the work regardless of whether they are stored at the site or stored elsewhere. In such cases, the Contractor will not be entitled to receive any further payment until all work is finished. The Contractor shall only be entitled to payment for portions of the work satisfactorily completed prior to termination for default. If the cost to complete the work, including compensation for additional professional services, is in excess of the unpaid balance to the Contractor, the Contractor shall pay the difference to Metro. Where the Contract has been so terminated by the Director, the termination shall not affect any rights of Metro against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by Metro will not release the Contractor from liability. Amounts retained and accumulated under RCW 60.28.010 will be held as provided therein for a period of not less than forty-five days following termination for default. If the Director terminates this Contract for default, and it is thereafter determined that the Contractor had not so failed to perform its obligations or defaulted in any way, the termination shall then be deemed to have been effected for the convenience of Metro. In that event, any adjustment of compensation to Contractor shall be determined in accordance with paragraph 00710 -6.04 B. T/M1 8-94 00710 -29 GENERAL CONDITIONS B. TERMINATION BY METRO FOR OTHER THAN DEFAULT The Director may, without prejudice to any other remedy Metro may have under law and the provisions of the Contract, terminate this Contract, in whole or in part, at any time by giving written notice to the Contractor. Termination will be effective upon receipt of such notice by the Contractor. The Contractor shall immediately discontinue work and take all reasonable steps with its suppliers and subcontractors to minimize cancellation charges and other costs. If such termination is effected after award hereof but prior to Metro issuing Notice to Proceed to the Contractor, Metro will pay the reasonable, verifiable and directly attributable costs incurred by the Contractor in the preparation of its bid plus fifteen percent of such costs. If such termination is . effected after Metro has issued Notice to Proceed and the Contractor has commenced performance hereunder, Metro will pay the reasonable, verifiable and directly attributable costs incurred by the Contractor as determined by the physical progress of the work satisfactorily completed to date of such termination evaluated against the approved schedule of values, plus costs of removing equipment and materials and otherwise demobilizing, plus ten percent of the sum of all such costs; provided, said payment shall not in any event exceed the Contract Price hereunder. The payment by Metro shall constitute full and complete satisfaction and settlement for the Contractor's overhead, anticipated profits, and all other inconvenience, expenses, damages, costs and lost profits whatsoever. The Contractor will be entitled to no further payments whatsoever for the work. Amounts retained and accumulated under RCW 60.28.010 will be held as provided therein for a period of not less than 45 days following termination. C. TERMINATION FOR UNAVAILABILITY OF FUNDS The Schedule of Values shall specify the amount presently available for payment by Metro and allotted to this Contract, the items covered and the period of performance it is estimated the allotted amount will cover. The parties contemplate that additional funds will be allotted incrementally up to the full Contract Price The Contractor agrees to perform work on the Contract up to the threshold in which the total amount paid and payable by Metro approximates but does not exceed the amount currently available for payment. The Contractor shall notify the Engineer in writing whenever it believes that the costs it expects to incur in the next 60 days, when added to all costs previously incurred, including unliquidated claims, will exceed 75% of the total amount presently available for payment. If, after notification, additional funds are not made available during the 60 -day period or another agreed -upon date, upon the Contractor's written request Metro will terminate this Contract. Compensation for the Contractor's termination costs will be made in accordance with paragraph 00710- 6.04B. Except as set forth in this paragraph, Metro is not obligated to reimburse the Contractor for costs incurred in excess of the total amount allotted to this Contract. D. CONTRACTOR OBLIGATIONS UPON TERMINATION On receipt of notice of termination under paragraphs 00710 -6.04 A, B or C, the Contractor shall immediately discontinue the work but shall do such extra work as may be ordered by the Engineer to safeguard the work then completed and the materials and equipment then delivered to the site of the work and to leave the work in a safe and useful condition. Payment for this extra work will be made in the manner set forth in paragraph 00710 -7.02 B. E. TERMINATION BY CONTRACTOR If any delay in issuance of Notice to Proceed hereunder or in construction following award of this Contract is caused by litigation as set forth in RCW 60.28.080 and such delay exceeds 180 days, the Contractor may elect to terminate this Contract. In the event of such termination, which would be effective upon ten days written notice to Metro, Metro shall forthwith estimate all of the work done up to the time of such termination and pay the Contractor in proportion to the amount of the work completed, plus the cost of delay under paragraph 00710 -7.06 herein. Amounts retained and accumulated under RCW 60.28.010 will be held as provided herein for a period of not less than forty-five days following election of the Contractor to terminate. F. OWNERSHIP OF MATERIALS UPON TERMINATION As of the date of termination, whether effected by Metro or the Contractor as provided herein, all the Contractor's right, title, and interest in and to materials ordered by the Contractor prior to the termination, whether or not they have been delivered to the site of the work, shall be vested in Metro, and the Contractor shall, T/M18 -94 00710-30 GENERAL CONDITIONS upon demand of Metro, execute and deliver to Metro all requisite bills of sale, assignments, and other documents of transfer that may be necessary to give effect to the intention of the termination procedures set forth above. 6.05 POSSESSION AND USE OF COMPLETED PORTIONS OF THE WORK The Director shall have the right to take possession of and use completed or partially completed portions of the work notwithstanding the time for completing such portions may not have expired. Operations and maintenance costs of use of such portions will be borne by Metro. Such taking possession and use shall not be deemed as acceptance of the work. If such prior possession or use increases the cost of the work, the Contractor shall be entitled to request extra compensation within five days of each occurrence. The amount of extra compensation, if any, will be determined in accordance with the procedures given herein for determination of change order cost. The Contractor shall not be entitled to extra compensation for possession by Metro of portions of the work which are specifically required in the Contract Documents to be placed into use and operation before completion of the entirety of the work. PART 7 — MEASUREMENT AND PAYMENT 7.01 PAYMENTS TO CONTRACTOR A. BREAKDOWN OF CONTRACT PRICE The Contractor shall, within the time specified in the Specifications, submit a schedule of values and cash flow projection for the Contract Price, acceptable to the Engineer, showing the value assigned to each activity of the work, including an allowance for profit and overhead. The Contractor warrants that such values are accurate representations of the value of each activity, on which Metro may rely. The schedule of values and cash flow projection shall be prepared in accordance with the requirements of the Specifications and shall be sufficiently detailed to permit its use by the Engineer as one of the bases for evaluating requests for payment. Failure to meet the submittal schedule of the schedule of values will delay the processing of progress payments. B. INCREASED OR DECREASED QUANTITIES Unless specifically provided otherwise on the Bidding Schedule, if there is any change that increases or decreases the actual quantity for any unit price item by more than 30 percent, the unit price will apply for the portion up to the 30 percent increase or decrease, and the adjustment for that portion of the work in excess of the 30 percent increase or decrease shall be as follows: 1. Increases in excess of 30 percent will be determined by agreement of the parties. If the parties are unable to agree, the Engineer will determine the equitable adjustment by using unit bid prices, or by establishing the costs by other means, or by using force account, and will adjust the Contract Time as the Engineer deems appropriate. 2. Decreases in excess of 30 percent will be determined by agreement of the parties. If the parties are unable to agree, the Engineer will determine the adjustment taking into account a redistribution of fixed costs, if any. If the Contractor disagrees with an equitable adjustment determination by the Engineer, the Contractor shall appeal and strictly follow all procedures in accordance with paragraph 00710 -2.04 G.2. Failure to do so shall constitute the Contractor's acceptance of determinations by the Engineer. When ordered by the Engineer, the Contractor shall proceed with the work pending determination of the adjustment in costs or time, as applicable. When Metro has entered an amount for any bid item, whether unit or otherwise, solely for the purpose of providing a common bid for all bidders, this paragraph 00710 -7.01 B shall not apply. Any impact due to an increase or decrease in the amount provided for the purpose of obtaining a common bid shall be the sole risk of the Contractor. T/M18A4 00710 -31 GENERAL CONDITIONS C. PROGRESS PAYMENTS 1. Payment Request Procedures. a.. General: By the 5th day of each month the Contractor shall submit to the Engineer a partial payment request filled out and signed by the Contractor covering acceptable work performed and materials received during the previous payment period, or since the last partial payment estimate was submitted. Payment periods shall end on the last day of each month. The Contractor's completed affidavit of amounts paid to certified firms as specified in Part 9 of Section 00710, the Contractor's statement regarding payment of prevailing wages as specified in paragraph 00710 -1.04, and the Contractor's current progress schedules, cash flow projections and reports as specified in the Specifications shall be provided with each partial payment estimate. If requested by the Engineer, the Contractor shall provide such additional data as may be reasonably required to support the payment for materials and labor, including payments to subcontractors and suppliers. The term "materials ", as used herein, shall be considered to include those items which are fabricated and manufactured material and equipment. Only those materials for which the Contractor can transfer clear title to Metro will be qualified for partial payment, except as specifically provided below. b. Partial Payment Requests: The first partial payment request shall include (1) the value of the work performed, and (2) a percentage (as determined below) of the purchase value of materials delivered but not yet incorporated in the work, all of which shall have been incurred since the Contractor's receipt of the Notice to Proceed. Every subsequent partial payment request, except the final payment request, shall include (1) the value of the work performed, and (2) a percentage (as determined below) of the purchase value of materials delivered but not yet incorporated in the work, all of which shall have been incurred since the last partial payment request was submitted. As used in this paragraph 00710 -7.01, "purchase value" shall be the Contractor's actual net cost of such materials. c. Partial Payment for Material Delivered but not Installed: To receive partial payment for materials delivered but not yet incorporated in the work, the Contractor shall submit a list with certified invoices of such materials to the Engineer for approval with the Contractor's partial payment estimate. The Contractor's claimed purchase value must be supported by certified invoices of subcontractors or suppliers. Proper storage and protection in accordance with paragraph 00710 -4.07 shall be provided. Partial payment for materials delivered but not yet incorporated in the work will not exceed 75 percent of the purchase value for such materials, except as may be determined otherwise by the Engineer. As a condition precedent to making any such payment, the Engineer may require that the Contractor provide a bond or other form of security to protect the interests of Metro. d. Partial Payment Based on Unit Prices: If the Bidding Schedule for this Contract included unit price items, then partial payments for such items will be based on the actual quantities performed or provided under such unit price items. For work performed or provided under such unit price items, the Contractor shall not be entitled to any payment beyond those unit prices, except as may be elsewhere provided herein. e. Other Progress Payment Restrictions: The Contractor's attention is directed to potential progress payment restrictions set forth in the Specifications and Part 9 of Section 00710 which requires submittal of certain M /WBE and EEO forms. The Contractor, after receiving payment from Metro, shall make prompt payment to its subcontractors in compliance with state law and regulations pertaining to prompt payment for public works contracts. 2. Review of Payment Request. Within eight days after receipt of the partial payment request, the Engineer will review the request and either indicate approval in writing to the Director or indicate in writing to the Contractor specific reasons why part or all of the payment is being withheld and what remedial actions the Contractor must take to receive the withheld amount. If the Engineer recommends payment and the Director concurs, Metro will, within, 30 days of receipt of the Contractor's properly completed invoice or receipt of the goods or services whichever is later, pay the Contractor a progress payment on the basis of the approved partial payment request. The payments will take into account the retention provisions provided for herein. In the event the Engineer does not concur with the request, the Contractor may make the changes necessary to obtain the Engineer's concurrence and resubmit the partial payment request. If the Engineer recommends payment and the Director concurs, Metro will, within 30 days after the Contractor satisfactorily completes the remedial actions identified in the Engineer's rejection of the payment request, pay the Contractor a progress payment on the basis of the approved partial payment request. T/M18 -94 00710 -32 GENERAL CONDITIONS 3. Retainage. Pursuant to RCW 60.28.010, Metro will retain five percent of all progress payments as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor, or materialperson who performs labor upon the contract or work hereunder, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for carrying on such work, and the State with respect to taxes imposed pursuant to Title 82 RCW which may be due from the Contractor. In the event that during the performance of the Contract and prior to the expiration of the claim period as provided in RCW 60.28.011, the amount retained is reduced to an amount below five percent, then Metro shall retain additional sums from moneys earned by the Contractor so as to maintain at all times a five percent retained trust fund, unless otherwise reduced or excused by provisions of Chapter 60.28 RCW. Moneys reserved under provisions of Chapter 60.28 RCW shall, at the option of the Contractor, be: a. Retained in a fund by Metro with no interest paid thereon to the Contractor; or b. Deposited by Metro in an interest- bearing account in a bank, mutual savings bank, or savings and loan association, not subject to withdrawal until after final acceptance of all work, or a portion thereof, as may be approved by Metro; or c. Placed in escrow in a bank or trust company by Metro. When the moneys reserved are to be placed in escrow, Metro will issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. Such check shall be converted into bonds and securities chosen by the Contractor and approved by Metro, and the bonds and securities held in escrow. Under option b and c above, interest will be paid to the Contractor as the interest accrues. The Contractor shall designate the option desired on a form as may be provided by Metro. This form shall be submitted no later than with the Contractor's first partial payment request. The Contractor in choosing option b or c agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges, or both, and further agrees to assume all risks in connection with the investment of the retained moneys. D. FINAL PAYMENT Metro will make final payment to the Contractor following acceptance of work under paragraph 00710 -7.05, including completion of all Punch List items, release of claims brought to the attention of Metro as set forth in paragraph 00710 -5.01, receipt of releases from owners of property affected by the Contractor's performance under this Contract, and submittal of a final affidavit of amounts paid to certified firms as required by Part 9 of Section 00710 herein and approved by Metro's M /WBE and Contract Compliance Office. Final payment shall include the entire sum found to be due hereunder after deducting therefrom such amounts as the terms of this Contract permit. Prior estimates and payments, including those relating to extra work or work omitted, shall be subject to correction by the final payment. Final payment will be made only for materials actually incorporated in the work; and, all materials remaining for which progress payments have been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the work. By accepting final payment, the Contractor shall be deemed thereby to have released Metro from all claims of and all liability to the Contractor for things done or furnished in connection with the work and for every act and neglect of Metro and others relating to or arising out of the work, other than timely written claims identified in detail and stated amounts that were submitted prior to final payment and in strict compliance with the requirements of this Contract. Payment by Metro shall not release the Contractor or its surety from any obligation under the Contract or under the Performance and Payment Bond. E. RELEASE OF RETAINAGE The retainage will be held and applied by Metro as a trust fund as required by Chapter 60.28 RCW. Payment or release of retainage will be made in ordinary course of business 45 days following completion of the work provided the following conditions are met: 1. Certificates approved by the Washington State Department of Labor and Industries, Washington State Employment Security Department, and all other departments and agencies having jurisdiction over the activities of the Contractor have been provided to the Engineer. T/M18 -94 00710 -33 GENERAL CONDITIONS 2. If the Contract Price hereunder exceeds $20,000, a release obtained from the Washington State Department of Revenue has been provided to the Engineer. 3. "Affidavits of Wages Paid" for the Contractor and each subcontractor approved by the Industrial Statistician of the Washington State Department of Labor and Industries have been provided to the Engineer. 4. No claims or notices of lien, as provided by law, have been filed against the retainage. 5. Metro has no claims under this Contract. Notices of claims against the Performance and Payment Bond, or liens against the retainage, are filed with Metro at the Project Control Section, 821 Second Avenue, M /S107, Seattle, Washington 98104 -1598. The Contractor may obtain a copy or a list of such notices by written request to the Project Control Section or by telephone (206) 684 -1370. If such taxes have not been discharged or the claims, expenses, and fees have not been paid, Metro shall either retain in its fund, or in an interest bearing account, or retain in escrow, at the option of the Contractor, an amount equal to such unpaid taxes and unpaid claims together with a sum sufficient to defray the costs and attorney fees incurred in foreclosing the lien of such claims, and shall pay, or release from escrow, the remainder to the Contractor. 7.02 CHANGE ORDERS A. GENERAL Metro may at any time by written order designated or indicated to be a change order, make any change in the work within the scope of this Contract. Such written orders may be made without notice to any surety(ies); in the Performance and Payment Bond in Section 00610 herein, the surety(ies) waived notice of any alteration or extension of time made by Metro and agreed to be bound in all ways to King County for any such alterations or extensions of time as if it(they) had received notice of the same. Any other written order (which includes direction, instruction, interpretation or determination) from Metro, which causes any such change, shall be treated as a change order only if the Contractor gives the Engineer written notice within five days of the order stating the date, circumstances, source of the order, and that the Contractor regards the order as a change order. Oral orders will not be binding on Metro unless confirmed in writing by the Director or the Director's designee. The Contract Price may be changed only by a change order signed by the Director or the Director's designee. Except as provided herein, no order, statement, or conduct of any representative of Metro will be treated as a change hereunder. If any change hereunder causes an increase or decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this Contract, an equitable adjustment will be made consistent with paragraph 00710 -7.02 B and the Contract modified in writing accordingly. However, no claim will be allowed for any costs incurred more than five days before the Contractor gives written notice as required. If the Contractor intends to assert a claim for an equitable adjustment hereunder, the Contractor shall comply with the claims procedure of paragraph 00710 -2.04 G. The Contractor shall provide additional detailed bid, schedule, labor and equipment records, invoices, purchase orders, job records and cost summaries as may be required by the Engineer or the Director to analyze and respond to such claims. B. EXTRA WORK Extra work means the furnishing of materials and equipment and the doing of work not directly or by implication called for by the Contract. If Metro requires extra work, it may do the extra work itself or by the employment of others or it may direct the Contractor to do the extra work, in which case the Contractor will be paid for the extra work in accordance with paragraph 00710 -7.02 A. The value of any work covered by a change order or of any claim for increase or decrease in the Contract Price will be determined by one or more of the following methods in the order of precedence listed below: 1. Unit prices set forth in the Contract Documents or previously agreed upon in the Contract Price breakdown and schedule of values, as applicable. T/M1 8-94 00710-34 GENERAL CONDITIONS 2. An agreed lump sum; provided, that the basis for such lump sum shall be determined by negotiations between the Engineer and the Contractor. At least five days prior to the first negotiation meeting, the Contractor shall provide the Engineer with a detailed cost estimate for the proposed extra work. The detailed cost estimate shall be prepared in the format and detail requested by the Engineer and consistent with construction industry practice. 3. On time and materials basis in accordance with the following provisions: a. The Contractor will be reimbursed for labor and for foreman supervision dedicated solely to the particular operation. The Contractor will not be reimbursed for general superintendents or general foremen. Payment will be computed by the Engineer and will be the sum of the following. (i) Weighted Wage Rate: The agreed basic wage rate for all labor used shall be restricted to the current basic wage the Contractor is obligated to pay and shall reflect the Contractor's actual cost. Fringe benefits will be added to the basic wage rates and will include mandated benefits paid on behalf of labor by the Contractor such as the following: 1) Federal Insurance Compensation Act (FICA); 2) Federal Unemployment Tax Act (FUTA); and 3) State Unemployment Compensation Act (SUCA). The above items will be combined into a single wage rate for each classification of labor used which shall be designated as the "Weighted Wage Rate" for the identified class of labor. The weighted wage rate shall reflect the Contractor's actual cost and shall not exceed that which is customarily paid comparable labor. The Contractor shall pay not less than the minimum rate as specified in paragraph 00710 -1.04. If overtime is authorized by the Engineer, the weighted wage rate will be established in the same manner as above. (ii) Travel Allowance and /or Subsistence: The Contractor will be reimbursed the actual cost of travel and /or subsistence allowances paid to labor engaged upon the work when travel and /or such allowances are required by labor agreement. (iii) Industrial Insurance and Medical Aid Premiums: The Contractor will be reimbursed for Marine Industrial Insurance, State of Washington Industrial Insurance, and Medical Aid premiums which become an obligation of the Contractor and are chargeable to the work on the basis of time worked. The agreed rate(s) of compensation for the above premiums shall be a composite rate(s) based upon the full premium for Industrial Insurance and one -half the premium for Medical Aid which premiums are prescribed by the regulatory body for the contractor(s) actually performing the time and materials work. This composite rate may be adjusted upon request to conform with adjustments prescribed by the regulatory body. (iv) Overhead and Profit: The Contractor will be reimbursed an amount equal to 20 percent of the sum of the items listed in (i), (ii), and (iii) above for overhead, profit and any other cost incurred in supplying labor. b. The actual net cost to the Contractor for materials and supplies incorporated in, or necessary for, such extra work, excluding materials and supplies necessary to operate and maintain equipment. To such costs shall be added an amount equal to 15 percent thereof for overhead, profit and any other cost incurred in supplying such materials and supplies. c. For Contractor -owned operating equipment, excluding small hand tools, the Contractor shall be compensated for each hour that such equipment is in use on such work at the rates in effect on the date such extra work is ordered as set forth in the "Cost Reference Guide for Construction Equipment" published by Equipment Guide -Book Company; for such equipment not included in said Blue Book, compensation shall be at such rates as shall be mutually agreed to in writing by the Contractor and Engineer. For Contractor -owned operating equipment on standby, the Contractor shall be compensated at fifty percent (50 %) of the rate in said Blue Book or mutually agreed rate, as applicable. For rented operating equipment, the Contractor shall be compensated at invoiced rental rates plus reasonable, documented costs for fuel and lube for such operating equipment. No payment will be made for standby on any piece of equipment which has been used for 8 hours or more of productive work in any 24 -hour period, and payment for a combination of productive work and standby shall not exceed a total of 8 hours in any work day. Weekends and holidays are excluded from standby time. No standby costs will be paid for any equipment idled due to routine maintenance, down time, or late delivery of other equipment. To such costs shall be added an amount equal to 15 percent thereof for overhead, profit and any other cost incurred in supplying such equipment. d. For purpose of this paragraph, the term "overhead" shall include, but not be limited to: Engineering, both field and office; Estimating; General superintendence; Purchasing; Quality T/M1 8-94 00710-35 GENERAL CONDITIONS Control /Quality Assurance; Clerical; Office facilities; Small hand tools; All applicable taxes (except state and local retail sales tax); Bonding and insurance costs; Any other costs of doing business. e. Extra work performed on a time and materials basis by approved subcontractors shall be charged to Metro by the Contractor in accordance with subparagraphs a through d above. To the accumulative total (excluding all markups for overhead and profit) shall be added an amount for the Contractor's supervision and overhead support of subcontractors based on the following supplemental markup schedule: (1) a ten percent supplemental markup shall be added for the initial $10,000 accumulated total of all extra work (excluding markups for overhead and profit) performed by subcontractors; (2) a five percent supplemental markup shall be added for all extra work in excess of the initial $10,000 accumulative total (excluding markups for overhead and profit). f. All costs of the Contractor and any subcontractor attributable to extra work are either specifically listed or covered by the multipliers specified in subparagraphs a through e above. g. The Contractor's and subcontractor's labor hours charged to extra work shall be substantiated by detailed timecards or timesheets completed on a daily basis before the close of business each working day and available for inspection thereafter at the Contractor's office. The Contractor's and subcontractor's material used for extra work shall be recorded as the extra work is performed and material costs determined as soon as supplier invoices are rendered; such records shall be available for inspection by the Engineer at the Contractor's office. The Contractor's and subcontractor's equipment hours for extra work shall be recorded on the labor timecards or timesheets as the extra work is performed. h. The Contractor's records pertaining to work paid for on a time and materials basis shall be maintained and retained as required by paragraph 00710 -8.03. Failure to maintain and produce for inspection the required records shall constitute a waiver of the Contractor's claim for costs not documented. C: OMITTED WORK The Engineer may, by written order to the Contractor, omit work, equipment and /or material to be provided under this Contract, and the value of the omitted work, equipment and /or material will be deducted from the Contract Price. The deducted value will be a unit price, or if there is no such unit price, the deducted value will be a lump sum agreed upon in writing by the Contractor and Engineer based on the schedule of values and other cost information submitted by the Contractor or obtained otherwise by Metro. In the event that no agreement can be reached on a lump sum basis, Metro shall be entitled to a deduction based on the value calculated on an estimated time and materials basis as determined by the Engineer, subject to the Contractor's right of claim under paragraph 00710 -2.04 G herein. D. PROPOSED WORK CHANGES The Engineer may from time to time request the Contractor to provide price estimates on Proposed Work Changes (PWCs). The Contractor shall prepare such price estimates within 21 days of receipt of a request for a PWC from the Engineer. If the Contractor fails to prepare such price estimates within that time, the Engineer has the right to determine the reasonable price under the PWC and to direct the Contractor to proceed with the PWC at that price; provided, the Contractor may submit a claim in accordance with paragraph 00710- 2.04 G herein. If the Contractor prepares such price estimates within 21 days of receipt of a PWC from the Engineer, the documented reasonable costs incurred by the Contractor in preparing such estimates shall be paid by Metro either as part of the accepted PWC overhead markup cost or separately if the PWC is not accepted. E. EFFECT OF CHANGE ORDERS The payment, additional time, or both payment and additional time specified and agreed to in a change order shall be construed and interpreted to include all claims by the Contractor for any extra payment, extension of time, lost profits and /or other incidental or consequential damages with respect to the work 'covered by such change order, including, but not limited to, delays to the completion of all work under this Contract and associated costs to the Contractor. F. M /WBE REQUIREMENTS The M /WBE utilization goals established for this Contract shall apply to all change orders and amendments in accordance with paragraph 00710 -9.01 herein. T/M1 &94 00710-36 GENERAL CONDITIONS 7.03 CHARGES TO CONTRACTOR Everything charged to the Contractor by Metro under the terms of this Contract shall be paid by the Contractor to Metro on demand. Such charges may be deducted by the Director from money due or to become due to the Contractor under the Contract. Metro may recover such charges from the Contractor or from its surety notwithstanding that the work has been accepted under paragraph 00710 -7.05. 7.04 COMPENSATION TO METRO FOR TIME EXTENSION In exchange for granting an extension of time for avoidable delay, the Contractor shall compensate Metro for the actual costs to Metro of engineering, inspection, general supervision, right -of -way costs, permit fees, overhead expenses, and any other specifically ascertainable direct and indirect costs which are directly chargeable to the work and which accrue during the period of such extension. The actual costs will not include charges for final inspection and preparation of the final payment by the Director and Engineer. 7.05 ACCEPTANCE OF WORK When the Contractor has concluded the work, or a designated portion thereof, the Contractor shall so notify the Engineer in writing. Upon receipt of the notification, the Engineer will promptly, by personal inspection, determine the actual status of the work in accordance with the terms of the Contract. If the Engineer finds materials, equipment, or workmanship which do not meet the terms of the Contract, the Engineer will prepare.a Punch List of such items and submit it to the Contractor. Following completion of the corrective work and submittal of all required documents and forms by the Contractor, the Engineer will notify the Director that the work has been completed in accordance with the Contract. Determination of the acceptability and acceptance of the work will be made by the Director. A written notice of acceptance, issued by the Director, shall constitute acceptance of the work. Notice of acceptance shall not constitute acceptance of any unauthorized or defective work or material, nor shall progress payment estimates be construed as acceptance of any work under this Contract. Metro shall not be barred from requiring the Contractor to remove, replace, repair or dispose of any unauthorized or defective work or from recovering damages for any such work or material; Metro's rights hereunder shall exist and remain to the full extent permitted by law and /or set forth in this Contract. 7.06 LITIGATION DELAY COSTS If any delay in issuance of Notice to Proceed or in construction following award of this Contract is primarily caused by acts or omissions of persons or agencies other than the Contractor, anyone employed by it or any of its subcontractors or suppliers, and a preliminary, special or permanent restraining order of a court of competent jurisdiction is issued pursuant to litigation and Metro does not elect to terminate the Contract or order funds reserved as provided by RCW 60.28.010(5) be paid to the Contractor, then the Director will issue a change order to cover reasonable costs incurred by the Contractor as a result of such delay. In accordance with RCW 60.28.080, the parties hereto agree that the reasonable costs of such litigation delay shall consist only of the following: A. Actual and necessary direct costs to the Contractor directly attributable to the period of delay for wages, wage taxes and labor costs other than wages; provided, that such costs could not be otherwise avoided by layoffs or employment on other projects during the period of delay. The wage rates shall not exceed those listed on the Contractor's "Statement of Intent to Pay Prevailing Wages on Public Works Contract" as approved by the Industrial Statistician of the State of Washington. B. Additional and necessary direct costs for materials and equipment rentals actually incurred and paid by the Contractor directly attributable to the period of delay. C. Equipment standby costs established by paragraph 00710 -7.02 B. D. Additional and necessary direct costs of insurance premiums and bonds actually incurred and paid by the Contractor directly attributable to the period of delay. T/M1 8-94 00710-37 GENERAL CONDITIONS E. Additional and necessary costs for subcontracts actually incurred and paid by the Contractor directly attributable to the period of delay; provided, that such additional costs could not be avoided by cancellation or renegotiation of such subcontracts. F. To such costs shall be added an amount equal to 10 percent thereof as a reasonable amount for overhead, profit, and all other costs not specifically accounted for above. Within three days after notice of litigation delay under this paragraph 00710 -7.06, the Contractor shall notify the Engineer in writing of the Contractor's estimated weekly litigation delay costs as described above; provided, however, that in no event will payment for actual litigation delay costs exceed one hundred twenty five percent (125 %) of the said estimated costs. The Contractor shall submit to the Engineer no later than the fifth day of each month a request for such litigation delay costs incurred during the previous calendar month. The request for payment shall be in a form satisfactory to the Engineer and shall include copies of invoices, correspondence and such other verifiable evidence of delay costs actually and necessarily incurred by the Contractor as the Engineer may require. Payment will be in accordance with paragraph 00710- 7.OIC. This paragraph 00710 -7.06 shall be the Contractor's exclusive remedy for litigation delay costs. PART 8 -- SUPPLEMENTARY PROVISIONS 8.01 DAMAGES FOR DELAY Damages for avoidable delay, as provided in paragraph 00710 -6.02, shall be in the amount of $500 per day. 8.02 ABNORMAL WEATHER CONDITIONS Precipitation as rain, hail or snow, low temperature, a windstorm, ice, snow and other weather conditions which could reasonably have been anticipated from the National Weather Service historical records of the general locality of the work shall not be construed as abnormal. It is hereby agreed that precipitation greater than the following, temperatures less than the following, and wind velocities greater than the following, cannot be reasonably anticipated: A. Daily rainfall equal to, or greater than, 0.50 inch during a month when the monthly rainfall exceeds the normal monthly average by 15 to 100 percent. B. Daily rainfall equal to, or greater than, 0.20 inch during a month when the monthly rainfall exceeds the normal monthly average by more than 100 percent. C. Daily rainfall equal to, or greater than, 1.0 inch at any time. D. Daily maximum temperature equal to, or less than, 20 degrees F during maximum daily temperature never exceeds 35 degrees F. E. Daily maximum temperature equal to, or less than, 25 degrees F during maximum daily temperature never exceeds 30 degrees F. F. Daily maximum temperature equal to, or less than, 15 degrees F at any time. G. Daily maximum wind velocity equal to or greater than 50 mph at any time. Ice, snow and other weather conditions may be considered as abnormal in the sole discretion of the Engineer upon written request by the Contractor. Such written request shall describe in detail the weather condition, identify the specific impacts resulting from the weather condition, and be submitted to the Engineer within five days of the onset of the weather condition. To preclude the difficulties of actual measurement, the parties hereto agree that weather data at the site of the work shall be expressly deemed to be the same as that measured at the Seattle- Tacoma International Airport by the Environmental Data and Information Service of the National Oceanic and Atmospheric Administration ( "NOAA ") of the U.S. Department of Commerce. For the purposes of this paragraph 00710 -8.02, a "month" shall mean a calendar month and a "week" shall mean a calendar week of Sunday through Saturday. a week when the a week when the T/M18.94 00710 -38 GENERAL CONDITIONS 8.03 RETENTION OF RECORDS AND AUDIT A. RETENTION OF RECORDS 1. The Contractor shall maintain books, records and documents ( "Records ") of its performance under this Contract in accordance with generally accepted accounting principles and federal regulations if this contract is funded in part by the federal government. The Contractor shall maintain and retain for a period of not less than three years after the date of initial acceptance of contract work: all financial information, data and records (e.g., estimating sheets, takeoffs, calculations, designs, etc.) used to prepare and support the Contractor's bid for this Contract; and all records pertaining to the performance of the work under this Contract, including portions of the work performed under change orders and /or contracts and agreements with subcontractors and suppliers. 2. The Contractor shall ensure each of its subcontractors and suppliers maintains and retains for said period all Records pertaining to the performance of their portion of the work under this Contract. B. AUDIT ACCESS 1. For the purpose of inspection, cost /price analysis, audit or other reasonable purposes related to this Contract, Metro and its authorized representatives and designees shall have access to all Records maintained and retained by the Contractor, its subcontractors, and suppliers. Metro and its representatives and designees shall have access to Records and be able to copy such Records during the Contractor's normal business hours. The Contractor shall provide proper facilities for such access and inspection. 2. In addition to audits conducted after the date of acceptance of work, audits may be conducted during or after the Contract Time for purposes of evaluating a claim or payments to the Contractor and for any other reason deemed appropriate and necessary by Metro. Audits conducted shall be in accordance with generally accepted auditing standards and /or with established procedures and guidelines of Metro. The Contractor shall fully cooperate with Metro or its auditor(s) during audits and inspections, and provide all requested documentation. 3. If an audit is commenced more than sixty (60) days after the date of acceptance of work, Metro will give reasonable notice to the Contractor of the date on which the audit will begin. PART 9 — REQUIREMENTS FOR MINORITY AND WOMEN BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY 9.01 MINORITY AND WOMEN BUSINESS ENTERPRISE COMPLIANCE DURING WORK A. In accordance with Section 19, King County Ordinance No. 11032 the Contractor shall ensure that certified firms certified by the Washington State Office of Minority and Women's Business Enterprises (hereinafter the "State OMWBE ") shall have the maximum practicable opportunity to participate in the work under this Contract. The Contractor shall ensure its subcontractors make affirmative efforts to utilize certified firms in subcontracts. B. The Contractor shall implement and carry out the commitments, as to tasks and dollar amounts, contained in its Section 00320 "Sworn Statement Regarding Minority and Women Business Enterprise Commitment ", including Attachment A thereto, submitted as part of the bid to perform work under this Contract. In the event any certified firm proposed to be used or actually used by the Contractor hereunder is unable or unwilling to perform any portion of the work for any reason whatsoever, the Contractor shall seek and substitute other certified firms, as the case may be, at no additional cost to Metro such that minority and women business participation under this Contract remains at the levels set forth in the Contractor's bid to perform this Contract; provided, that Metro may, in its sole discretion, waive or reduce this obligation upon a showing by the Contractor that it has made maximum affirmative effort to obtain such other certified firms. During the performance of the Contract, any substitution for or proposed non -use of the certified firms projected for use under this Contract shall be submitted to Metro's M /WBE and Contract Compliance Office for prior approval. T/M18 -94 00710.39 GENERAL CONDITIONS C. "Substitution, Substitute" for purposes of this Part 9 of Section 00710 shall mean replacing one certified firm for another, or increasing the level of utilization of certified firms in order to maintain the required level of utilization in accordance with the bidding provisions and commitments made by the Contractor. D. In the event one or more change orders are issued under this Contract, the following provisions shall apply, unless waived or modified in writing by Metro's M /WBE and Contract Compliance Office: 1. If a change order increases the Contract Price, the Contractor shall make maximum affirmative efforts to seek and employ certified firms in the performance of the increased work; such participation shall be consistent with the participation goals established for this Contract and shall be counted as provided in paragraph 00100 -2.06 herein. 2. If a change order decreases or deletes any amount of work to be performed by a certified firm under this Contract, the Contractor shall make maximum affirmative efforts to substitute other work of equivalent value to the affected certified firm or to substitute another certified firm, as the case may be, to perform other work of value equivalent to the decreased or deleted work. 3. No modification or waiver of the provisions of this paragraph 00710 -9.01 will be made unless the Contractor provides sufficient documentation of maximum affirmative efforts to seek and employ certified firms in order to maintain at least the participation levels set forth in the Contractor's bid to perform this Contract. E. With each of the Contractor's progress payment requests, the Contractor shall submit an affidavit identifying amounts actually paid to certified firms, including joint venture partners (if any), during the preceding month. Upon completion of all work and as a condition precedent to final payment, the Contractor shall submit a final affidavit identifying amounts actually paid and amounts owed to each certified firm, including joint venture partners (if any), for performance under the Contract. Failure to submit such affidavits may result in withholding of payments or the final payment. Affidavit forms will be provided by Metro's M /WBE and Contract Compliance Office. F. During the term of this Contract, Metro shall monitor the Contractor's compliance with Section 19, King County Ordinance No. 11032, and these requirements for utilization of certified firms. Metro may at any time visit the site of the work and the Contractor's office to review records related to actual utilization of and payments to certified firms. The Contractor shall maintain sufficient records necessary to enable Metro to monitor compliance. The Contractor shall provide every assistance requested by Metro during such visits. 9.02 NONDISCRIMINATION REQUIREMENTS DURING WORK A. In accordance with Section 19, King County Ordinance No. 11032, the Contractor shall not discriminate against, nor tolerate harassment of, any employee or applicant for employment because of religion, color, race, sex, sexual orientation, age, national origin, or the presence of any sensory, mental or physical disability, unless based upon a bona fide occupational qualification. The Contractor will take affirmative action to ensure that applicants are employed, and employees are treated during employment, without regard to their creed, religion, color, race, sex, sexual orientation, age, national origin, or the presence of such disability. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and, selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. B. The Contractor will, prior to commencement and during the term of this Contract, furnish Metro, upon request and on such forms as may be provided by Metro, a report of the affirmative action taken by the Contractor in implementing the terms of this provision, and will permit access by the Executive Director to the Contractor's records of employment, employment advertisements, application forms, other pertinent data and records for the purpose of investigation to determine compliance with this provision. C. The Contractor shall implement and carry out the obligations contained in its Section 00330 "Sworn Statement Regarding Equal Employment Opportunity" submitted as part of the bid to perform the work under this Contract. Failure to implement and carry out such obligations in good faith may be considered by Metro as a material breach of this Contract and grounds for withholding payment and /or termination of the Contract and dismissal of the Contractor. The Contractor shall require that Sworn Statements in the form of those T/M18-94 00710 -40 GENERAL CONDITIONS required by Metro from the Contractor be submitted by its subcontractors and that substantially the foregoing provisions be contained in all such subcontracts. 9.03 EQUAL EMPLOYMENT OPPORTUNITY REPORTS DURING WORK A. The Contractor shall submit a Work Force Profile Report for each subcontractor used during the performance of the Contract. The Contractor shall complete the Work Force Profile Report in electronic form as provided by the Metro M /WBE and Contract Compliance Office. The electronic forms and instructions will be provided to the Contractor at the preconstruction conference. The Contractor shall be responsible for obtaining, completing, and submitting the forms on computer disks to the Engineer five days prior to the date each subcontractor begins work on the Contract. B. With each progress payment request, the Contractor shall submit the Apprenticeship Monthly Report and Equal Employment Opportunity ( "EEO ") Monthly Reports of the Contractor's and each subcontractor's actual employment of non - minorities, minorities and women involved on the Contract during that period. Estimates of future employment levels shall not be included on the EEO Monthly Reports. Failure to submit such Monthly Reports may result in withholding of payments. The Contractor shall submit the Work Force Profile Statements, Monthly EEO Reports and Apprenticeship Monthly Report in electronic spreadsheet format. The Metro M /WBE and Contract Compliance Office will provide to the Contractor the instructions and spreadsheet templates on a 3.5 -inch, double- density, floppy disk formatted for MS -DOS or Apple Macintosh. The template files will be in one of the following formats as selected by the Contractor: 1) Microsoft Excel for Windows; or 2) Microsoft Excel files, Version 2.2 or later, for Macintosh. The Work Force Profile Statements and Monthly EEO Reports shall be completed and submitted on a 3.5 -inch floppy disks, double- density or high - density. The submitted electronic files shall be in one of the following formats: Microsoft Excel for Windows, Version 3 or later (.XLS); or Microsoft Excel for Macintosh, Version 22 or later. (All product names are trademarks or registered trademarks of their respective owners.) C. The Contractor shall ensure each subcontractor completes the EEO Report, shall review the EEO Reports for accuracy and compliance, and shall submit the subcontractors' EEO Reports with the Contractor's EEO Report to the M /WBE and Contract Compliance Office as required. The Contractor shall be responsible for compliance by subcontractors with all applicable equal employment opportunity requirements. In the event the EEO Reports, whether of the Contractor or subcontractor, show actual employment levels of minorities or women at a level less than the goals established for this Contract, as set forth in Section 00330, the Contractor shall provide a written explanation therefor and submit such explanation with the EEO Reports. D. In addition to reviewing the EEO Reports, Metro may at any time visit the work site(s) to determine the actual employment levels of minorities and women. The Contractor and the subcontractors shall provide every assistance requested by Metro during such visits. 9.04 SANCTIONS FOR NON - COMPLIANCE Failure by the Contractor and /or its subcontractors to comply with any requirements of Section 19, King County Ordinance No. 11032 or this Contract related to equal employment opportunity or utilization of certified firms will be considered a breach of this Contract. In the event the Contractor and /or its subcontractors fail to comply with such requirements, Metro may impose sanctions including: (1) suspension of this Contract; (2) withholding of payments; (3) termination of this Contract; and (4) any other sanctions authorized under Section 19, King County Ordinance No. 11032. Any such failure by the Contractor may be considered by Metro in determining whether to award any other contracts to the Contractor. 9.05 APPRENTICESHIP PROGRAM A. The Contractor shall use its best efforts to comply with the Washington State Apprenticeship and Training Council (SAC) - registered programs' affirmative action plans and the Apprenticeship Program requirements set forth in these Contract Documents. Failure to implement and carry out the Apprenticeship Program requirements set forth in these Contract Documents shall be a material breach of this Contract and grounds for termination of the Contract. T/M1 &94 00710-41 GENERAL CONDITIONS B. During the Initial Construction Planning period, the Contractor shall prepare and submit a plan for SAC - registered apprentice participation, which plan shall include the following elements: 1. The Contractor shall estimate total contract labor hours to establish the framework for apprentices enrolled in SAC - registered apprenticeship programs to complete a minimum of fifteen percent (15 %) of the total contract labor hours that are worked by the Contractor and its subcontractors. This fifteen percent shall not include offsite vendors or suppliers. 2. The Draft Construction Schedule specified in Sections 01305 and 01310 shall include the required labor resources by trade, in order to determine the availability of apprentice opportunities, and shall include a breakdown by trade of anticipated participation by apprentices. The Construction Schedule and any updates shall include the apprentice participation by trade. 3. Apprenticeship participation hours shall be distributed throughout each technical discipline or trade and each tier expected to be utilized on this Contract, unless modified by Metro upon documentation by the Contractor that participation is not feasible at a tier despite the Contractor's best efforts. 4. First -year apprentices who are minorities and women will perform at least: a. 20% of the apprentice work hours performed by apprentices from five year apprenticeship programs; b. 25% of the apprentice work hours performed by apprentices from four year apprenticeship programs; c. 30% of the apprentice work hours performed by apprentices from three year apprenticeship programs; and d. 50% of the apprentice work hours performed by apprentices from two year apprenticeship programs. 5. The specific efforts proposed to be undertaken by the Contractor or its subcontractors if additional efforts are required to implement the Apprenticeship Program goal. C. The Contractor shall submt its draft plan in conjunction with its Draft Construction Schedule. The Contractor shall incorporate Metro review comments in its apprenticeship plan and, after Metro approval, shall implement its apprenticeship plan. D. With each progress payment request, the Contractor shall submit an Apprenticeship Monthly Report and a written projection for the following month of apprenticeship hourly participation by trade. The Contractor shall complete the Apprenticeship Monthly Report in electronic form as provided by the Metro M /WBE and Contract Compliance Office. A sample of the form is included in Section 01999, REFERENCE FORMS. E. The Apprenticeship Monthly Report shall identify the individual apprentices who participated. F. The Apprenticeship Program participation goal shall apply to all change orders and amendments to the Contract. G. Requests for modification of the requirements of this paragraph 00710 -9.05 shall be submitted to the Metro M /WBE and Contract Compliance Office with a copy to the Seattle King County Building and Construction Trades Executive Secretary. Each request shall include written documentation of affirmative efforts to use SAC - registered apprentices such as copies of the letters from the Contractor to the union locals and responses from union locals stating reasons for not providing labor requested. Metro will promptly respond to the Contractor in writing with its decision. TIM1 &94 00710-42 GENERAL CONDITIONS ATTACHMENT A PREVAILING MINIMUM HOURLY WAGE RATES ESTABLISHED BY THE WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES NOTES * The following pages contain ONLY the state prevailing wage determinations from the Washington State Department of Labor and Industries applicable to this Contract (refer to paragraph 00710 -1.04 herein). The Contractor shall comply with such State determinations. * Any questions regarding the state prevailing wage determinations should be addressed to: Department of Labor and Industries, Employment Standards Section, 925 Plum Street, Olympia, Washington, 98504, Attention: Ms. Mariam Moses, Industrial Statistician, or call (206) 753 -4019. T/M18-94 END OF SECTION 0010 -43 GENERAL CONDITIONS PART B TECHNICAL SPECIFICATIONS SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 SCOPE A. This section describes the project in general, and provides an overview of the extent of the work to be performed under this contract. Detailed requirements and extent of work are stated in the applicable specification sections and shown on the drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the contract documents, provide and pay for all labor, materials, equipment, tools, construction equipment, taxes, licenses, permits, inspection fees, and other facilities and services necessary for proper execution, testing, and completion of the work under this contract. 1.02 DESCRIPTION OF WORK A. In general, the work will consist of the following: 1. Work at KCDMS' South Base shall include: a. Electronic Shop Modifications: Remove and replace existing door. Construct a vestibule entrance to the Electronic Shop, include a new ceiling at the east end of the steam generation room and new lighting. Provide air handling equipment and associated duct work and power to the new equipment. b. Vehicle Exhaust System: Provide new roll down vehicle exhaust hose reel systems. Work to include new exhaust hose reels, supports, exhaust, ductwork and exhaust fans. c. Hydraulic Lift Replacements: Replace existing hydraulic axle lifts and platform lifts with new lifts, modify associated work, include concrete replacement, replacement of underground hydraulic piping, controls, drains and ventilation ducts. 2. Work at KCDMS' East Base shall include: a. Electronic Shop Modifications: Remove and replace existing door. Provide air handling equipment and associated duct work and power to the new equipment. b. Vehicle Exhaust System: Provide new roll down vehicle exhaust hose reel systems. Work to include new exhaust hose reels, supports, exhaust, ductwork and exhaust fans. c. Hydraulic Life Replacements: Replace existing hydraulic axle lifts with new lifts, modify associated work, include concrete replacement, replacement of underground hydraulic piping, controls, drains, and ventilation ducts. 3. Work at KCDMS' Atlantic Base shall include: a. Vehicle Exhaust System: Provide new roll down vehicle exhaust hose reel systems. Work to include new exhaust hose reels, supports, exhaust ductwork and exhaust fans. b. Hydraulic Lift Replacement: Replace existing hydraulic axle lifts with new lifts, modify associated work, include concrete replacement, replacement of underground hydraulic piping, controls, and drains. 1.03 EXISTING UTILITIES A. In general, the locations of existing major utilities, whether aboveground or underground, are indicated on the Drawings. This information has been obtained from utility maps, existing "as- built" drawings, and field surveys. KCDMS does not guarantee the accuracy or completeness of this information, and it is to be understood that other aboveground or underground facilities not shown on the Drawings may be encountered during the course of the work. In any case, most minor lines such as water, gas and sewer services, power, and sprinkler irrigation lines are not indicated. B. Existing utilities, whether shown on the Drawings or not, shall be maintained, relocated, rerouted, removed and restored as may be necessary by the Contractor in a manner satisfactory to owners and operators of the utilities and to KCDMS in accordance with the provisions of Paragraph 00710- 3.03. 01010 -1 T/M18 -94 1.04 SURVEY INFORMATION A. Metro will not establish reference bench marks and base lines. Contractor shall use building lines Identified on the Drawings. From the information provided, the Contractor shall develop and make such additional surveys as are needed for construction, such as control lines, slope stakes, settlement platforms, batter boards, stakes for pipe locations and other working points, lines and elevations. Survey work shall be performed under the supervision of a licensed land surveyor. The Contractor shall re- establish reference bench marks and survey control monuments destroyed by its operations at no cost to KCDMS. Submit control work and cut sheet to Engineer. 1.05 SPECIFICATION LANGUAGE A. Portions of the Specifications are written in imperative and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" shall be included by inference where a colon (:) is used within sentences or phrases. 1. Examples: a. Aggregate: ASTM C33 b. Adhesive: Spread with notched trowel. 1.06' PARTNERING A. The Contractor is invited to participate with KCDMS in a voluntary partnering program. The purpose of the partnering program is to establish project goals, identify conflict management, foster communications, and share problem solving ideas. The culmination of the initial workshop will be a "Partnering Charter," which though not legally binding is signed by all participants and serves as the project mission statement. Thereafter, KCDMS, and the Contractor, will participate in periodic discussions relating to partnering for the purpose of continuing to foster communications and improve the working groups' effectiveness. B. Partnering: KCDMS intends to encourage the foundation of a cohesive partnership with the Contractor, and its subcontractors. This partnership will be structured to draw on the strengths of each organization to identify and achieve completion within budget, on schedule, and in accordance with the Contract Documents. This partnership would be multi - lateral in makeup , and participation will be totally voluntary. An integral aspect of partnering is the resolution of disputes in a timely, professional, and non - adversarial manner. Alternative dispute resolution methodologies, such as negotiation, mediation or creation of a Dispute Review Board, will be encouraged in place of the more adversarial dispute resolution procedures such as litigation. This will assist in promoting and maintaining an amicable working relationship to preserve the "partnership." PART 2 MATERIALS Not used. PART 3 EXECUTION Not used. END OF SECTION 01010 -2 T/M1B -94 CONSTRUCTION SCHEDULE PARAMETERS PART 1 GENERAL 1.01 SUMMARY A. This Section describes the milestones and construction sequences that the Contractor shall incorporate into the performance of this Contract. B. Related Sections: 1. Section 01014 - Contractor Work Coordination and Use of Premises 2. Section 01310 - Progress Schedules and Reports 3. Section 01660 - Facility Integration: Testing, Training and Commissioning 1.02 SCOPE A. The construction schedule parameters are included to assist the Contractor in identifying specific procurement, sequencing, and work activities necessary to meet the Municipality's requirements and milestones indicated in this Section. The use of this information does not relieve the Contractor of the responsibility for establishing delivery times and construction periods, and preparing construction schedules complying with the requirements of Section 01310. 1.03 CONTRACT TIME A. The Contractor shall have construction complete, and the facilities commissioned and ready for possession and use within 475 calendar days (unless otherwise noted below) after the effective date of Notice to Proceed . Failure of the Contractor to finish within the Contract time will result in damages in accordance with Paragraphs 00710 -6.02 and 00710 -8.01 being assessed against the Contractor. 1.04 MILESTONES AND SEQUENCE OF CONSTRUCTION A. The purpose of the milestones, sequence and limitations of construction are to insure that the Contractor understands the limitations placed on its work by the specific characteristics of the project and the facility. The Contractor shall schedule and conduct its work in a manner consistent with achieving these purposes, and its construction schedule shall comply with and include the specific sequence milestones and limitations of work specified in this Section. Failure of the Contractor to complete specified work by the milestones will result in damages in accordance with Paragraphs 00710 -6.02 and 00710 -8.01 being assessed against the Contractor. B. Milestones: 1. Engineer's receipt of approved system test packages, as identified in Section 01660, prior to 66% completion of each of three scopes of work, Vehicle Exhaust, Electronic Shop Modifications, and Hydraulic Lift Replacement at each of the Transit Bases. Failure of the Contractor to meet this milestone will result in damages in accordance with Paragraphs 00710 -6.02 and 00710 -8.01 being assessed against the Contractor. 2.. Engineer's receipt of preliminary transmittal of operations and maintenance Information, as identified in Section 01730, prior to 66% completion of each of three scopes of work, Vehicle Exhaust, Electronic Shop Modifications, and Hydraulic Lift Replacement at each of the Transit Bases. Failure of the Contractor to meet this milestone will result in damages in accordance with Paragraphs 00710 -6.02 and 00710 -8.01 being assessed against the Contractor. 3. Installation of the tail pipe exhaust system at all bases shall be complete, tested, and accepted by Metro at prior to October 1, 1995. 4. Electronic shop modifications shall be complete, tested and accepted by Metro by June 1, 1995. 01012 -1 T/M18 -94 5. Hydraulic Lift work shall be complete, tested and accepted by Metro at all bases 475 calendar days after effective date of Notice to Proceed. C. Construction Sequence and Constraints 1. General: a. No more than two work bays at each base will be removed from service while installing the vehicle exhaust system, and hydraulic lift equipment. The Contractor may use an additional bay for access and handling of materials. That access bay shall be out of service only during the Contractor's working hours. it shall be cleared, cleaned and returned to service during contractor's non - working hours. Construction shall be set in a sequence that logically allows the performance of the work with the least amount of disturbance for the facility b. Work for each Bid Item will begin at East Base and will proceed to South Base and Atlantic Base (where applicable). Work at each base may proceed in parallel unless otherwise noted in the sequence of work below. c. A winter break during which no construction work will be allowed shall occur from October 30, 1995 to March 1, 1996 at East and Atlantic Bases. 2. Tail Pipe Exhaust System: a. The installation of the tall pipe exhaust system shall be scheduled with Metro's Resident Engineer to minimize the impact on service bay operations. Work requiring a bay to be out of service shall be scheduled 72 hours in advance with Metro's Resident Engineer. 3. Electronic Shop Modifications: a. The Contractor shall schedule the installation of ventilation systems for the electronic shops with Metro's Resident Engineer to minimize the impact on shop operations. b. The Contractor shall conduct his work for the installation of vestibules and door replacement at the South Base Electronic Shops such that it will have no impact on normal operations of the adjacent service bays. 4. Hydraulic Lift Installation: a. No more than two hoist bays in the chassis shop for each base shall be out of service at any time throughout the project. b. Installation of hoists In the Steam Cleaning Room, Brake Shop and one Chassis Shop location for each base maybe done simultaneously. c. Load testing on the lifts shall not be undertaken until the concrete has reached a compressive strength of 4,000 psi, as verified by the breaking of a site -cured test cylinder. d. No on -site construction for the Hydraulic Lift scope of work shall start before March 1, 1995. e. Hydraulic lift installation must start at East Base. The Contractor may work more than one base at a time subject to the following constraint: A minimum of two hoist bays must be ready to accept hoist mechanical installation prior to breaking ground at another base. "Ready to accept hoist mechanical installation" is defined as including, but not limited to the completion of : 1) Placement of backlit!, hoist concrete and rail embedments to finish grade 2) Associated underground utilities 3) Sump (if applicable) PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION. 01012 -2 T/M18.94 SECTION 01014 CONTRACTOR WORK COORDINATION & USE OF PREMISES PART 1 GENERAL 1.01 SUMMARY A. This Section identifies the requirements for coordinating work performed at existing Metro facilities or on Metro property. B. Related Sections: 1. Section 01012 - Construction Schedule Parameters 2. Section 01310 - Progress Schedules and Reports 3. Section 01660 - Facility Integration: Testing, Training, and Commissioning 1.02 CONTRACTOR RESPONSIBILITIES: CONTINUITY OF FACILITY OPERATIONS A. The existing facility will remain in operation throughout the performance of this Contract. Schedule and conduct the work to avoid shutdowns and interference with normal facility operations and maintenance. B. The facility operates 24 hours a day, 7 days a week. The operating capabilities shall not be disrupted, altered or diverted except under the conditions noted in this Section. C. It is assumed that existing facilities outside the scope of this Contract are in good repair. Existing damage or defects shall be reported to the Engineer immediately and prior to the start of work. Damages caused by the Contractor shall be repaired and/or replaced to a condition equal to or better than that existing prior to the damage, in accordance with Paragraph 3.09 of the General Conditions, at no additional cost to the Municipality. D. Seventy-two (72) hours in advance of the time to perform the work, obtain written approval from the Engineer to take any utility, system, or process out of service. Provide temporary power, materials, a equipment necessary to maintain continuous total facility operations except for the systems, processes, or utilities explicitly identified and agreed to in the shut down approval. The integrity of existing facility utilities shall be maintained at all times. 1.03 METRO RESPONSIBILITIES A. Operations: Metro's operating personnel will be responsible for operating the existing facility throughout the performance of this Contract. Equipment presently installed in the facility must be available to personnel at all times for use, maintenance and repair. If it is necessary in the course of operating the facility, for the Contractor to move its equipment and materials or material included in the work, the Contractor shall do so promptly and place such equipment or material in an area which does not interfere with the facility operation. The Contractor shall not adjust or operate Metro's serviceable or functioning equipment or systems except as specifically required by this Contract. Contact between Metro's operational personnel and the Contractor shall be through the Engineer or the Engineer's designated representative. 1.04 TIME RESTRICTIONS A. Limit the hours of work to occur within the following schedule: Weekdays: 7:00 AM to 4:00 PM, unless noted otherwise. Weekends: Subject to approval by the Engineer. 01014 -1 T/M18-94 B. Submit a schedule of working hours in accordance with Paragraph 00710-1.04D. The Contractor shall be liable for the premium costs of Metro's overtime inspection, in accordance with Paragraph 00710-1.04D. 1.05 APPROVAL OF SCHEDULE A. Scheduling of the work shall be in accordance with the provisions of Section 01310. 1.06 PROJECT CONSTRUCTION COORDINATION A. In accordance with the provisions of Paragraph 00710-2.02A, designate a representative to be on the site at all times during the construction. This representative shall be capable of giving direct field orders as the need arises. Official project communication shall be conducted between the Contractors representative and the Engineer. 1.07 SPECIAL PRECAUTIONS A. Take special precautions to protect operating mechanical equipment, power supply and distribution equipment, and instrumentation equipment from exposure to weather, concrete dust, debris, dirt, and water during the construction period. B. The Contractor shall take special care to protect the existing roofing material. Contractor as a minimum shall place plywood on the existing roof surface to prevent damage to the roof adjacent and around each HVAC unit to be modified, replaced or added. Additionally place temporary plywood for a walking surface from the roof access to the work area. All roofs are presently under warrantee with Tremco. Contractor shall provide the Engineer and Tremco Representative Mr. Paul Cassidy at 1-800-831-7408 with a minimum of 72 hours notice before starting work. All roof protection shall be approved by Tremco. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END'OF SECTION 01014-2 T/M18-94 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY A. Work specified in this Section includes specific requirements for the method of measurement and basis of payment for work performed under each bid item. 1.02 MEASUREMENT A. The Engineer shall make all measurements and determine all quantities and amounts of work done under the Contract. At the time measurements are made for quantity and/or progress determinations, the Contractor or his authorized assistant shall be present to verify such measurements. From quantity and/or progress figures so ascertained, it will be the Contractor's responsibility to prepare a monthly estimate of the work accomplished to date. This estimate shall be submitted to the Engineer each month for his review and check not later than the tenth of each month. The form of such monthly estimates shall be subject to the approval of the Engineer. B. Description of Bid Items 1. Bid Item 1: Electronic Shops Modifications at South Base a. Measurement will be in accordance with Section and the Schedule of Values. b. Payment shall include all work described under this contract, except as Identified in separate bid items. For the purpose of defining the scope of work for Bid Item 1, the work includes but is not limited to, the following: 1) Mobilization and Demobilization associated with this scope. 2) Contractor's Overhead and Profit associated with this scope. 3) Supply and install new roof mounted air handling unit. 4) Associated electrical modifications and controls. 5) Modifications to the existing supply air system. 6) Vestibule installations. 7) Miscellaneous relocation of equipment, fixtures, utility systems, to accomplish the installation. 8) Testing, start -up, commissioning, O &M information. 2. Bid Item 2: Vehicle Exhaust System at South Base a. Measurement will be in accordance with this section and the Schedule of Values. b. Payment shall include all work described under this contract, except as identified in separate bid items. For the purposes of defining the scope of work for Bid item 2, the work includes, but is not limited to, the following: 1) Mobilization and Demobilization associated with this scope. 2) Contractor's Overhead and Profit associated with this scope. 3) Supply and install new ceiling mounted air handling units, supply and exhaust ductwork, hose reel with special tailpipe adapters, two roof penetrations with exhaust vent stack. 4) Associated electrical modifications and controls. 5) Miscellaneous relocation of equipment, fixtures, utility systems, to accomplish the installation. 6) Testing, start-up, commissioning, O &M information. 3. Bid Item 3: Hydraulic Lift Replacement at South Base a. Measurement will be in accordance with this section and the Schedules of Values. b. Payment shall include all work described under this contract, except as identified in separate bid items. For the purpose of defining the scope of work for Bid Item 3, the work includes but is not limited to, the following: 1) Mobiliization and Demobilization associated with this scope. 2) Contractor's Overhead and Profit associated with this scope. 3) Demolition of concrete floor, piping and hydraulic lifts. 4) Replacement of hydraulic lift system, including hydraulic lifts, controls, 01025 -1 T/M1 8-94 underground mechanical piping, drain piping and sumps. 5) Associated electrical modifications and controls. 6) Structural reinforced concrete. 7) Testing, start-up, commissioning, O &M information. 4. Bid Item 4: Electronic Shop Modifications at East Base a. Measurement will be in accordance with this section and the Schedules of Values. b. Payment shall include ail work described under this contract, except as identified in separate bid items. For the purpose of defining the scope of work for Bid Item 4, the work includes but is not limited to, the following: 1) Mobilization and Demobilization associated with this scope. 2) Contractor's Overhead and Profit associated with this scope. 3) Supply and install new roof mounted air handling unit. 4) Associated electrical modifications and controls. 5) Modifications to the existing supply air system. 6) Miscellaneous relocation of equipment, fixtures, utility systems, to accomplish the Installation. 7) Testing, start -up, commissioning, O &M information. 5. Bid Item 5: Vehicle Exhaust System at East Base a. Measurement will be in accordance with Section and the Schedule of Values. b. Payment shall include all work described under this contract, except as identified in separate bid items. For the purpose of defining the scope of work for Bid Item 6, the work includes but is not limited to, the following: 1) Mobilization and Demobilization associated with this scope. 2) Contractor's Overhead and Profit associated with this scope. 3) Supply and install new ceiling mounted air handling units, supply and exhaust ductwork, hose reel with special tailpipe adapters, two roof penetrations with exhaust vent stack. 4) Associated electrical modifications and controls. 5) Miscellaneous relocation of equipment, fixtures, utility systems, to accomplish the installation. 6) Testing, start-up, commissioning, O &M information. 6. Bid Item 6: Hydraulic Lift Replacement at East Base a. Measurement will be in accordance with this section and the Schedule of Values. b. Payment shall include all work described under this contract, except as identified in separate bid items. For the purposes of defining the scope of work for Bid Rem 5, the work includes, but is not limited to, the following: 1) Mobilization and Demobilization associated with this scope. 2) Contractors Overhead and Profit associated with this scope. 3) Demolition of concrete floor, piping and hydraulic lifts. 4) Replacement of hydraulic lift system, including hydraulic lifts, controls, underground mechanical piping, drain piping and sumps. 5) Associated electrical modifications and controls. 6) Testing, start-up, commissioning, O &M information. 7. Bid Item 7: Vehicle Exhaust System at Atlantic Base a. Measurement will be in accordance with Section and the Schedule of Values. b. Payment shall include all work described under this contract, except as identified in separate bid items. For the purpose of defining the scope of work for Bid Item 7, the work includes but is not limited to, the following: 1) Mobilization and Demobilization associated with this scope. 2) Contractor's Overhead and Profit associated with this scope. 3) Supply and install new ceiling mounted air handling units, supply and exhaust ductwork, hose reel with special tailpipe adapters, two roof penetrations with exhaust vent stack. 4) Associated electrical modifications and controls. 5) Miscellaneous relocation of equipment, fixtures, utility systems, to accomplish the installation. 6) Testing, start-up, commissioning, O &M information. 8. Bid Item 8: Hydraulic Lift Replacement at Atlantic Base a. Measurement will be in accordance with this section and the Schedule of Values. b. Payment shall include all work described under this contract, except as Identified in separate bid items. For the purposes of defining the scope of work for Bid Item 8, the work includes, but is not limited to, the following: 01025 -2 T/M18 -84 1) Mobilization and Demobilization associated with this scope. 2) Contractor's Overhead and Profit associated with this scope. 3) Demolition of concrete floor, piping and hydraulic lifts. 4) Replacement of hydraulic lift system, Including hydraulic lifts, controls, underground mechanical piping, drain piping and sumps. 5) Associated electrical modifications and controls. 6) Testing, start -up, commissioning, O&M information. 9. Bid Item 9: Trenching and Shoring for Hydraulic Lift Replacement construction at South Base, East Base and Atlantic Base. a. Measurement will be in accordance with this section and the Schedule of Values. b. Payment shall include all work described under this contract, except as identified in separate bid items. For the purposes of defining the scope of work for Bid item 9, the work includes, but is not limited to, the following: 1) Mobilization and Demobilization associated with this scope. 2) Contractor's Overhead and Profit associated with this scope. 3) Trench Excavation Safety Systems to meet the requirements of Chapter 49.17 RWC. 1.03 PAYMENT A. Payment shall be for work actually complete in accordance with Section 710 7.01. B. Payment for the various items on the Bidding Schedules, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies and manufactured articles, and for all labor, operations and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work all in accordance with the requirements of the Contract Documents, including all costs of compliance with the regulations of public agencies having Jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any items that is not specifically set forth in the Bidding Schedules, and all costs therefor shall be included in the prices named in the Bidding Schedules for the various appurtenant items of work. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 01025 -3 T /M1 B -94 SECTION 01027 SCHEDULE OF VALUES PART1 GENERAL 1.01 SUMMARY A. This Section specifies the criteria for establishing a schedule of values for the work performed under this Contract, and specific conditions for payment against those scheduled values. B. Related Sections: 1. Section 01310 - 2. Section 01660 - 3. Section 01720 - 4. Section 01730 5. Section 01750 - Project Schedules and Reports Facility Integration: Testing, Training, and Commissioning Record Drawings - O &M Information Spare Parts 1.02 SCOPE A. Submit a balanced schedule of values. The total value of the activities shall equal the Contract amount. Overhead and profit shall be prorated into the amounts indicated for the activities. Activity values shall be rounded to the nearest dollar. B. If, in the opinion of the Engineer, the schedule of values is unbalanced, the Contractor will be required to present documentation substantiating the cost allocations of those activities believed to be unbalanced. C. Scheduled values for construction activities shall meet the requirements and designations indicated in Paragraph 01310-2.01F. D. Scheduled values for non- oonstruction activities shall meet the requirements and designations indicated in Paragraph 01310-2.01F. In addition, the following values will be specifically k1entified: 1. Mobilization: The value allocated to all mobilization activities shall not exceed 5 percent of the original Contract Price. 2. Section 01310 - Progress Schedules and Reports: The value allocated for the contract requirements of Section 01310 shall not be less than 2 percent of the original contract price. 3. Section 01660 - Facility Integration: Testing, Training, and Commissioning: The value allocated for the Contract requirements of Section 01660 shall equal the designated value for the mobilization activity. 4. Section 01720 - Record Drawings: As determined by the percentages indicated in Paragraph 01720 -3.03, a value shall be allocated for record drawings. 5 Section 01730 - O &M information: The value allocated for the Contract requirements of Section 01730 shall not be less than 1 percent of the original Contract Price. 6. Section 01750 - Spare Parts: Utilizing the Spare Parts Summary indicated in Paragraph 01750 -3.03, a total value shall be allocated for the spare parts required of the Contract. 1.03 CHANGE ORDERS A. Per Section 00710, values for items contained within change orders will be incorporated into the project schedule of values, upon approval of the change orders. PART 2 PRODUCTS Not used. 01027-1 T/M18.94 PART 3 EXECUTION 3.01 SUBMITTAL A. The Schedule of Values shall be submitted to and approved by the Engineer prior to processing of any Contractor progress payments. B. The Schedule of Values shall be updated to incorporate change orders prior to payment against change order work. 3.02 DOCUMENTATION A. Advance payment against material and equipment invoices, as allowed must be identified against the applicable activity number in the Schedule of Values. B. In the event that the Contractor's scheduling software does not include a schedule of values and an earned value report function, then the schedule of values shall be formatted utilizing MS Excel 4.0. A 3.5 -inch floppy disk will be made available to the Engineer with the approved schedule of values format, entitled Eamed Value Report, which indicates an acceptable format for the Earned Value Report. 3.03 CONDITIONS FOR PAYMENT A. The following criteria shall be met prior to processing these specific payments: NO. PAYMENT ITEM CONDITION FOR PAYMENT PAYMENT AMOUNT ALLOWED 1 Scheduled Value for Section 01310 - Progress Schedules and Reports. The Engineer's approval of the Contractor's initial construction schedule and progress report format 20 percent of the value amount 2 .� Scheduled Value for Section 01310 - Progress Schedules and Reports. The Engineer's receipt of monthly progress reports and construction schedule Final 80% of the value amount shall be paid on a pro-rata basis as determined by the value of the monthly partial payment request approved by the Engineer. 3 Scheduled Value for Section 01660 - Facility Integration: Testing, Training, and Commissioning, The Engineer's approval of Contractors system test packages, for the scope of work identified as Milestone 1 of Paragraph 01012- 1.04B. 10 percent for the first test package, the remaining amount to be paid in proportion the number of test packages approved for the remaining scopes of work 4 Scheduled Value for Section 01660 - Facility Integration: Testing, Training, and Commissioning. Metro's Acceptance of the scope of work identified as Milestone 1 of Paragraph 01012- 1.04B. 10 percent for the first test package, the remaining amount to be paid in proportion the number of test packages approved for the remaining scopes of work 5 Scheduled Value for Section 01720 - Record Drawings. The Engineers receipt of approved record drawings and Specifications. 100 percent of value amount. 01027.2 T/M18.94 NO. PAYMENT ITEM CONDITION FOR PAYMENT PAYMENT AMOUNT ALLOWED 6 Scheduled Value for Section 01730 - Operations and Maintenance Information. The Engineer's preliminary approval of all required operations and maintenance information. First 50 percent of value amount. 7 Scheduled Value for Section 01730 - Operations and Maintenance Information. The Engineer's receipt of five (5) final bound operations and maintenance manuals. Final 50 percent of value amount. 8 Scheduled Value for Section 01750 - Spare Parts. The Engineers acceptance of all spare parts at substantial completion of the project. 100 percent of value amount. END OF SECTION 01027.3 T/111. /M18.94 • SECTION 01035 LEAD AND ASBESTOS INFORMATION PART 1 GENERAL 1.01 LEAD COATINGS AND MATERIALS REPORT A. In accordance with WAC 296 -155 -176 Lead and CFR 29 part 1926, a good faith inspection of the work site has been conducted by Metro. It has been determined that the areas to be worked on or demolished do not contain Lead based coatings and/or materials. A copy of the report documenting this inspection and findings is available for review at the Contracts Counter, 1 lth floor, Exchange Building. PART 2 MATERIALS 2.01 ASBESTOS INSPECTION REPORT A. In accordance with WAC 296 -62- 07707, a good faith inspection of the project site has been conducted by Metro. It has been determined that the areas to be worked in, materials to be worked on or removed do contain asbestos as described below: 1. East, South and Mantic Transit Bases Maintenance and Lubrication Bays: a. Exhaust Ventilation System 1) Material: Gray Cement Asbestos Pipe 2) Content: 40% Chrysotile 2. A copy of the report documenting the facilities inspection, findings, and materials status, is available for review at the contracts counter, 11th floor, Exchange Building, 821 Second Avenue, Seattle, WA 98104 -1598. 2.02 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall become familiar with the Information provided in the report and shall have full knowledge of the locations of all materials identified as containing Lead and/or Asbestos. Should the Contractor encounter asbestos materials not listed in the report which will directly Interfere with the execution of the work or require disturbance by the Contractor, the Contractor will stop work and notify the /Engineer in accordance with paragraph 00710 -2.03h of the specifications. Metro will be responsible for handling the material to obtain compliance with WAC 296 - 62-077 through 296 -62- 07753 so that the Contractor may then proceed. PART 3 EXECUTION Not used. END OF SECTION 01035 -1 T /M18 -94 SECTION 01036 GEOTECHNICAL INFORMATION PART 1 GENERAL 1.01 GEOTECHNICAL REPORT A. KCDMS has referred to a report prepared for the initial construction of East, South and Atlantic Bases. The reports are titled: "Final Report, Foundation Exploration, Central Operating Base" Municipality of Metropolitan Seattle, November 11, 1977 by Converse Davis Dixon Associates, Inc. (Note Central Operating Base is now named Atlantic Operating Base.) " Geotechnical Consulting Services, Hydraulic Lift Replacement, Metro- Atlantic Base, Seattle, Washington" July 1994, by Shannon & Wilson, Inc. "Boring Location Maps and Boring Logs for Atlantic Base UST Replacement" by Woodward Clyde, April 1994. "Final Report, Site Assessment for Metro Atlantic Base underground Storage Tank System (UST) Replacement Project," by Enviros, August 27, 1992. "Final Report, Foundation Exploration, South Operating Base" Municipality of Metropolitan Seattle, September 17, 1976 by Converse Davis Dixon Associates, Inc. "Final Report, Foundation Exploration, East Operating Base" 1975 by Converse Davis Dixon Associates, Inc. The geotechnical information obtained from these reports are not a part of these Contract Documents; such information is available for review at the Contracts Counter, 12th Floor, Exchange Building, or at Metro's Library located on the 9th Floor, Exchange Building, open 8:00 AM to 5:00 PM, in order that the Contractor (as a bidder) may have the same information as Metro. The geotechnical review is not intended as Metro's representation of geotechnical conditions, except for those conditions at the specific times and locations of the investigations. B. Metro does not warrant and specifically disclaims responsibility for the interpretation by Contractor of such geotechnical information. The Contractor shall make its own interpretations, deductions and conclusions as to the nature of the materials to be excavated, the difficulties of making and maintaining the required excavations and the difficulties of doing other work affected by geotechnical conditions, and shall accept full responsibility therefore. The Contract Price includes full consideration of all costs of the Contractor based on the Contractor's interpretation of such information. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. ' END' OF SECTION 01036 -1 T /M18 -94 ■ SECTION 01040 COORDINATION AND MEETINGS PART 1 GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Coordination 2. Preconstruction conference 3. Progress meetings 1.02 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service operating equipment. Verify that the utility requirement characteristics of operating equipment are compatible with building utilities. C. Coordinate work of utility companies providing on -site services for the work of this Contract. D. Coordinate completion and clean up of work of separate sections in preparation for substantial completion. 1.03 PRECONSTRUCTION CONFERENCE A. Prior to beginning construction, a meeting of representatives of the Contractor, KCDMS and other affected agencies will be held. The purpose of the meetings will be to establish lines of authority and communication and identify duties and responsibilities of the parties. Discussion will cover specific Contract plans, specifications, unusual conditions, schedules of completion, equal employment regulations, civil rights requirements and other pertinent features of the Contract. Written notification of such a pending preconstructlon conference will be made. 1.04 PROGRESS MEETINGS A. The Engineer will arrange and the Contractor shall attend weekly project meetings. The Contractor shall arrange for attendance of Contractor's subcontractors as necessary to discuss job progress. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 01040 -1 T/M18 -94 SECTION 01045 CUTTING AND PATCHING PART 1 GENERAL 1.01 SUMMARY A. This Section includes the requirements and limitations for cutting and patching of work. B. Related sections include individual product Specification sections: 1. Cutting and patching incidental to work of the Section. 2. Advance notification to other sections of openings required in work of those Sections. 3. Limitations on cutting structural members. 1.02 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching work. B. Submit written request 7 days in advance of cutting or altering elements which affects the following: 1. Structural integrity of the element. 2. Integrity of weather exposed or moisture- resistant elements. 3. Visual qualities of elements exposed to sight. C. Execute cutting, fitting, and patching to complete the work and to: 1. Fit several parts together, to integrate with other work. 2. Provide openings in elements of work for penetrations of mechanical and electrical work. 3. Uncover work to install or replace ill -timed work. 4. Remove and replace defective and non - conforming work. D. Execute work by methods which will avoid damage to other work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. H. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest Intersection; for an assembly, refinish entire unit. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 01045 -1 T/M18 -94 SECTION 01060 REGULATORY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. This abbreviations and acronyms are listed in Section 01090. 1.02 SAFETY AND HEALTH REGULATIONS A. Applicable standards and regulations: 1. Comply with Safety and Health Standards for Construction, promulgated by the Director of the Department of Labor and Industries under Section 49.17.050 of the Washington Industrial Safety and Health Act of 1973, as set forth in Chapter 49.17 Revised Code of Washington RC 2. Comply with Safety and Health Regulations for Construction, promulgated by the Secretary of Labor under Section 107 of the Contract Work Hours and Safety Standards Act, as set forth in Title 29, C.F.R. Copies of these regulations may be obtained from Labor Building, 14th and Constitution Avenue NW, Washington, DC 20013. 3. Comply with the provisions of the Federal Occupational Safety and Health Act, as amended. 4. Comply with City of Bellevue, Seattle, and Tukwila noise ordinances. B. Personal protection: 1. Work under this Contract will involve operations In closed underground structures, and in the proximity of sewers and Industrial waste drains which will be in service. It is reasonable to expect that personnel working in these areas will be exposed to unusual hazards including, but not necessarily limited to, explosive gases, toxic gases and infectious and disease- producing micro - organisms. 2. The Contractor, its supervisors, subcontractors and suppliers are advised to become familiar with the precautions necessary to prevent accidents or diseases arising from these or other hazards which might be present during the course of the work. The Contractor is especially referred to the Water Pollution Control Federation for several publications on this subject. 3. Metro will not be responsible for sickness or injury arising from conditions encountered during the prosecution of the work. 1.03 INCORPORATED PUBLICATIONS A. General: The latest edition of the following publications are incorporated by reference and shall form part of the Specifications. In case of conflict between the requirements of the publications and the Specifications, the more stringent requirements shall prevail. B. Publishing agencies and publications: 1, American National Standards Institute (ANSI) ANSI Z9.2 -79 Fundamentals Goveming the Design and Operation of Local Exhaust Systems ANSI Z88.2-80 Practices of Respiratory Protection 2. American Socie for Test10a and Materials (ASTMI ASTM E- 849 -92 Safety and Health Requirements Relating to Occupational Exposure to Asbestos 3. Federal Regulations: Occupational Exposure to Asbestos (29 CFR Parts 1910 and 1926), 29 CFR 1910 - 1001 Occupational Safety and Health Act (OSHA): General Industry Standard Respiratory Protection Standard Occupational Safety and Health Act (OSHA): Construction Standards Respirators Environmental Protection Agency (EPA): Standard for Asbestos 29 CFR 1910 -134 29 CFR 1926.58 30 CFR Part 11 40 CFR 61.152 01060 -1 T/M18 -94 Waste Disposal for Demolition and Renovation Operations 4. Washington State - WashingtpnAcIministrative Code (WAC WAC 173-303 Department of Ecology WAC 296 -24 General Safety and Health Standard WAC 296 -62 General Occupational Health Standard WAC 296 -62 -07703 Definitions WAC 296 -65 Asbestos Removal and Encapsulation WAC 296 -65 -003 Definitions WAC 296 -155 Safety Standards for Construction Work 5. .Eizget Sound Air Pollution Control Agangy_LEBAELAI Regulation III, Asbestos Control Standard Article 4 1.04 POSTING OF REGULATIONS A. Comply with WISHA and NESHAP posting regulations. B. Post certified person ingress/egress logs and copies of the asbestos workers' certification cards at the entrance of every regulated enclosure. 1.05 REGULATORY NOTIFICATIONS A. Comply with the Department of Labor and Industries and PSAPCA notification requirements and pay fees resulting therefrom. The required forms shall be transmitted to each agency by means of a registered letter. Copies of the notification forms and registered letter shall be submitted to the Engineer at the same time they are mailed to the corresponding agencies. 1.06 MATERIALS DISPOSAL REGULATIONS A. Comply with U.S. Department of Transportation, EPA and corresponding waste disposal site regulations governing the transportation and disposal of asbestos - contaminated materials. B. Comply with EPA and WISHA standards for labels and signs. C. Original disposal receipts shall be submitted to the Engineer within 48 hours of disposal. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 01060 -2 T/M18-94 SECTION 01062 PERMITS AND EASEMENTS PART 1 GENERAL 1.01 PERMITS A. KCDMS hasacquired building permits for the City of Seattle, Tukwila and Bellevue. 1.02 EASEMENTS A. No easements are required. 1.03 PERMITS AND EASEMENTS OBTAINED AFTER BID SUBMITTAL A. If, after the bid submittal date, KCDMS obtains permits or easements which require changes to the work hereunder and thereby cause an increase or decrease in the Contractor's cost of, or the time required for, the performance of the work under this Contract, the Contractor shall submit information sufficient for the Engineer to determine the extent of the effects on the Contractor's cost and/or schedule. if the Engineer agrees that the Contractors cost and/or schedule will be affected by such changes, such effects will be handled in accordance with Paragraph 00710 -7.02A herein. The Engineer will provide a copy of such permits or easements to the Contractor. The Contractor shall comply with applicable terms and conditions contained in such permits or easements. 1.04 PERMITS TO BE OBTAINED BY CONTRACTOR A. The Contractor shall obtain mechanical permits and electrical permis required to perform the work. Prepare and submit to the proper authority information required for the issuance of such permits and pay costs thereof, including agency inspections unless specifically provided otherwise in these Contract Documents. Provide a copy of each such permit to the Engineer. 1.05 POSTING PERMITS AND EASEMENTS A. Permits and easements shall be posted at the site of the work. 1.06 RESTORATION OF PROPERTY A. KCDMS has acquired or will acquire the permits and easements identified in this Section 01062.. Reference numbers of individual easements are shown on the Drawings. Comply with property restoration requirements contained in such permits and easements. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 01062-1 T/M18 -94 SECTION 01063 SAFETY AND HEALTH PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies special procedures for handling hazardous/dangerous materials and wastes, contaminated water and soils, and complying with all applicable laws and regulations related to safety and health of the worker and the public. It is not the intent of the Department of Metropolitan Services (Metro) to develop and/or manage the safety and health programs of contractors or in any way assume the responsibility for the safety and health of their employees. It is required that all contractors (General and subcontractors) adhere to all applicable federal, state and local safety and health standards. The requirements set forth in this specification are not all inclusive, but are intended to direct Contractor's attention toward those requirements that have been found through experience to require special emphasis. B. This section describes the Accident Prevention Program which is a subset of the overall Safety Program which is defined in Paragraph 00710 -2.03E of the General Conditions. C. Related sections 1. Environmental Controls: Section 01560. 1.02 QUALITY ASSURANCE A. Referenced Standards: Contractors and all Subcontractors shall comply with all current applicable local, state and federal Health and Safety Standards including, but not limited to, the following. Reference USC 651 et seq. 29 CFR 1910 29 CFR 1926 29 CFR 107 49 CFR 659 RCW 49.17 Chapter 296 -27 WAC Chapter 296 -62 WAC Chapter 296-24 WAC Chapter 296 -155 WAC Chapter 296 -36 WAC Chapter 496-44 WAC Chapter 296-45 WAC r�18 Federal Occupational Safety and Health Act OSHA General Health and Safety Standards OSHA Construction Safety and Health Standards Federal Contract Works Hours and Standards DOT Rail Fixed Guideway Systems (Traffic Safety) Washington Industrial Safety and Health Act Recordkeeping and Reporting Washington General Occupational health Standards Washington General Safety and Health Standards Washington Safety Standards for Construction Work Safety Standards - Compressed Air Work Washington Safety Standards for Electrical Construction Work Washington Electrical Workers Safety Rules 01063 -1 T/M18.94 B. C. D. E. F. G. H. 1.03 A. RCW 70.105 Chapter 173 -303 WAC RCW 70.105 Chapter 173 -303 WAC RCW 70.105D Chapter 173 -340 WAC SARA Title III PSAPCA Regulation 3, Article 4 Hazardous Waste Disposal Act Dangerous Waste Regulations Hazardous Waste Disposal Act Dangerous Waste Regulation Hazardous Waste Cleanup -Model Toxic Control Act Model Toxic Control Act Cleanup Emergency Planning and Community Right -to -Know Removal and Encapsulation of Asbestos Materials Comply with the Washington Industrial Safety and Health Act of 1973, Chapter 49.17 Revised Code of Washington (RCW) Comply with Section 107 of the Federal Contract Work Hours and Safety Standards Act, as set forth in Title 29, C.F.R. Copies of the federal regulations may be obtained from Labor Building, 14th and Constitution Avenue NW, Washington, DC 20013. Comply with the provisions of the Federal Occupational Safety and Health Act, as amended. Ensure that all subcontractors receive a copy of this specification. The Contractor is responsible for ensuring compliance with the Accident Prevention Program. Coordinate with the Engineer to obtain approval to disconnect or reconnect utilities. Coordinate with the Engineer regarding the shutdown and safety tagout/lockout of pressurized systems, electrical systems and other equipment and utilities. Maintain good housekeeping in all work areas in accordance with Chapter 296 - 155 -020 WAC. DEFINITIONS Hazardous substance: 1. Any substance classified as "dangerous waste" in accordance with WAC 173 -303 or that in sufficient quantities would be classified as "dangerous wastes." 2. Any solid waste, or combination of solid wastes, which because of its quantity, concentration, or physical, chemical, or infectious characteristics may: 1. cause or significantly contribute to an increase in mortality or increase In serious, irreversible, or incapacitating reversible illness; or 2. pose substantial present or potential hazard to human health or the environment when improperly treated, stored, transported, or disposed or otherwise managed. 3. Asbestos material, as defined In Puget Sound Air Pollution Control Agency (PSAPCA) Regulations, Article 10, Removal and Encapsulation of Asbestos Materials. 4. Polychlorinated biphenyls (PCBs), polynuclear aromatic hydrocarbons (PAHs), explosives, radioactive materials, and other materials designated as hazardous regulatory agencies having jurisdiction over such matters. B. Contaminated substance: 1. Any substance containing materials in sufficient quantities such as hydrocarbons, PCBs, diesel fuels, gasoline, heavy metals, solvents, and other types of fuel oils present in the soil, water or air. 2. Any element, compound, mixture, solution, or substance designated under Section 102 of CERCLA and/or applicable parts of MTCA. 3. Any hazardous waste having the characteristics identified under or listed pursuant to Section 3001 of Solid Waste Disposal Act (Le., RCRA) except those suspended by an act of Congress. 01063 -2 T/M18-94 4. Any toxic pollutant listed under Section 307(a) of the Federal Water Pollution Control Act (FWPCA). 5. Any hazardous air pollutant listed under Section 112 of the Clean Air Act 6. Any imminently hazardous chemical substance or mixture with respect to which the EPA administrator has taken action pursuant to Section 7 of the Toxic Substance Control Act. 1.04 SUBMITTALS A. Procedures: Section 01300. B. Accident Prevention Program: Submit a formal accident prevention program for the Contractor and each of its subcontractors in accordance with WAC 296 -24 -040. This program shall outline the anticipated hazards and safety controls necessary to safeguard Contractors employees, the public and KCDMS staff. This program shall be specific to the job and site. Submit program to the Engineer. The program shall be reviewed for compliance with the specifications prior to the start of work. C. Revisions: Revise the accident prevention program prior to the start of work to accommodate any changes requested by KCDMS and/or any regulatory agencies or jurisdiction to protect employees and the public. The revised program shall be implemented and maintained for the duration of the Contract. A copy of the program shall be posted at the Contractor's job site, and each of the subcontractors' offices. D. Heatth and Safety Supervisor: Provide on site, a qualified health and safety supervisor, with responsibility and full authority to coordinate, implement and enforce the Contractors accident prevention program for the duration of this contract. The name and telephone number of the safety supervisor shall appear in the accident prevention program. E. Submit a copy of indemnity and hold harmless agreements with the Accident Prevention Program. F. Submit one industrial hygiene monitoring system (see Section 1.05B.b) to KCDMS Health and Safety Program Office. 1.05 SPECIAL CONSIDERATIONS A. This section describes certain minimum precautions the Contractor should consider in developing its Accident Prevention Program. It supplements the regulatory requirements of Paragraph 00710- 2.03 of the General Conditions. Failure to comply with safety and health regulations will result in work suspension until adequate safety and health measures are implemented. 1. Hazard Communication (WAC 296 -62 -054): Provide a written Hazard Communication Program and emergency plan addressing these and other potential hazardous substances on site. Prior to commencing work, provide a list and corresponding Material Safety Data Sheets for all hazardous chemicals to be used on site. If no hazardous chemicals are used by the Contractor, provide statement to that effect. Provide this information to the Engineer. 2. Confined Space (WAC 296 -62 -145): The nature of work under this contract may expose workers to confined spaces having possible explosive, toxic and oxygen fluctuation conditions. A confined space safety program that meets the requirements 29 CFR 1910.146 and Part M of Chapter 296 -62 -145 through 296-62 -14529 WAC regulations must be in place prior to execution of any work in confined spaces. 3. Underground Construction (WAC 296 -155 -720): Provide a written program detailing how its employees and Metro staff on the site will be provided the maximum protection from the dangers of underground construction. 4. Other Site Safety Consideration: Submit to Metro for review prior to commencing work on this contract, a comprehensive written Accident Prevention Program covering the contractor's activities on site. As a minimum, the Program should include: • Accident/Injury Reporting (WAC 296 -27) • Crane Operations, Rigging, and other Overhead Lifts (WAC 296 -155 -525) 01063 -3 T/M18-94 • Excavation and Trenching (WAC 296-155-650) • Personal Protective Equipment (WAC 296 - 155 -200) • Fall Restraint and Fall Arrest (WAC 296 -155- 24501) • Fire Safety and Prevention (WAC 296 - 155 -250) • Signs, Signals, and Barricades (WAC 296- 155 -300) • Material Handling, Storage, Use and Disposal (WAC 296 - 155 -325) • Hand and Power Tools (WAC 296- 155 -350) • Welding and Cutting (WAC 296 - 155 -350) • Electrical (WAC 296 -155 -426; 296 -24 -956; 296 -44 and 296 -45) • Ladders and Stairways (WAC 296 -155 -400) • Scaffolding (WAC 296 - 155 -481) • Floor Openings, Wall Openings and Stairways (WAC 296- 155 -500) • Vehicles and other Motorized Equipment (WAC 296- 155 -600) • Tagout/Lockout • Temporary Buildings • Demolition (WAC 296 -155 -755) • Hearing Conservation (WAC 296 -62- 09015) B. In addition to the requirements set forth in the regulations described in Paragraph 1.02, provide the following equipment on site: 1. Direct - reading portable atmospheric monitors that measure levels of oxygen, explosive gas (methane), carbon monoxide, nitrogen dioxide, and toxic gas (hydrogen sulfide) and any other toxic vapors which are potential health or safety hazards. Equip portable atmospheric monitors with audible alarms in addition to visual readouts. Properly calibrate and carefully maintain monitors throughout the construction period. Train all workers in the proper use of monitors. use monitors continuously while personnel are in the sewer. 2. Continuous, mechanical supply and exhaust fans to provide fresh air ventilation in accordance with Confined Space requirements. 1.06 LATENT WORK SITE HAZARDOUS MATERIALS A. Where in the course of performance of the work, materials reasonably believed or suspected to be asbestos, petroleum, PCBs, lead, or other hazardous substances, are encountered, Immediately suspend the work in the area affected and immediately report the condition to the Engineer in writing and in conformance with Paragraph 00710 -2.03 of the General Conditions. B. Do not resume the work In the affected area thereafter except by written notice of the Engineer when the hazardous materials have been removed or rendered harmless. If removal is required, the materials will be removed and disposed of under the direction of metro and in compliance with applicable Federal and State regulations. 1.07 UTILITIES AND OTHER DANGEROUS SUBSTANCES A. Take appropriate precautions In working near or with utilities and dangerous substances during the performance of work in order to protect the health and safety of the worker, the public, property and the environment. B. Such utilities and dangerous substances include, but are not necessarily limited to: 1. Conductors of: a. Petroleum products. b. Toxic or flammable gas. 2. Natural gas pipelines operating at pressures greater than 60 pounds per square inch. 3. Electric conductors without concentric neutral conductors or other grounded metal shields or sheaths, either exposed or directly buried, or in duct or conduit. 4. Electric conductors with potential to ground of more than 300 volts. 1.08 CONTAMINATED SUBSTANCES (SOILS, WATER OR DEBRIS) A. Hazardous wastes were not observed in the analysis of soils sampled for the project. B. Notification and suspension: 01063 -4 T/M18 -94 lit 1. In the event the monitoring program detects the presence of a suspicious substances, immediately notify the Engineer. Following such notification, the Engineer will make a determination and, If necessary, the Engineer will notify the various KCDMS departments and govemmental and regulatory agencies concemed with the presence of potentially dangerous materials. Depending upon the type of substance identified, the Engineer may suspend the work in the affected vicinity under provision of Paragraph 00710 -6.03 of the General Conditions. 2. Following completion of any further testing necessary to determine the nature of the material, the Engineer will decide upon the handling and disposal of the material in accordance with the applicable laws and regulations. Although the actual procedures used in resuming the work depends upon the nature and extent of the questionable material, the following alternate methods of operation are possible. a. Contractor to resume work as before the suspension. b. Contractor to move its operations to another portion of the work site until measures to eliminate any hazardous conditions can be completed. c. Metro to direct the Contractor to dispose of the excavated material at a legal sanitary landfill or other appropriate and approved legal sites. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 SAFETY AND HEALTH COMPLIANCE A. The Contractor shall submit its experience rating factor from the Department of labor and Industries or other applicable organizations to the Engineer. B. Occasionally, KCDMS shall audit the Contractor's Accident Prevention Program. KCDMS reserves the right to stop that portion of the Contractor's work that is determined to be a serious health and safety violation. Any on -going work that is considered a safety or health risk shall be corrected immediately. C. Appoint an employee who is trained, qualified and authorized to supervise and enforce compliance with the Accident Prevention Program. D. Ensure that necessary air monitoring, ventilation equipment, protective clothing, and other supplies and equipment as specified are available to implement the Accident Prevention Program. E. Notify the Engineer immediately of any accidents resulting in an immediate or probable fatality to one or more employees or the public, on which result in hospitalization of two or more employees. 3.02 ACCIDENT PREVENTION PROGRAM REVISIONS A. In the event that Metro, regulatory agencies or jurisdictions determine the Accident Prevention Program or associated documents, organizational structure, or comprehensive Work Plan to be inadequate to protect employees and the public: 1. Stop the work in progress until adequate safety measures are implemented. 2. Modify the Program to meet the requirements of said regulatory agencies, jurisdictions, and Metro. 3. Provide the Engineer with the revisions to the Program within 7 days of the notice of deficiency. END OF SECTION 01063 -5 T/M18-94 SECTION 01080 IDENTIFICATION SYSTEM PART 1 GENERAL 1.01 SUMMARY A. This Section specifies equipment and instrument loop identification systems, consisting of 6 -digit numbers. 1.02 DEFINITIONS A. Equipment identification numbers shall be designated as follows: (Fr) 123 Where FT • equipment function 523 • equipment or loop number A, B, etc. - parallel elements B. Each ID number is prefixed with a standard abbreviation to indicate the function of the particular device. Prefixes for mechanical and electrical equipment shall be from Metro standard abbreviations list. Instrumentation abbrevations shall be from ISA -S5.1. All nonstandard abbreviations shall be defined on symbols and abbreviations drawing or specific drawing where used. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 01080 -1 T/M18 -94 SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.01 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or federal standards, comply with requirements of the standard, except when more rigid requirements are required by applicable codes or specified herein. B. Comply with issue of reference standard which is current at date of receipt of bids. C. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in a reference document. 1.02 SCHEDULE OF REFERENCES AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W., Suite 225 Washington, DC 20001 ACI American Concrete Institute P.O. Box 19150 Detroit, MI AEIC Association of Edison Illuminating Companies 51 East 42nd Street New York, NY 10017 AFBMA Anti - Friction Bearing Manufacturer's Association 60 East 42nd Street New York, NY 10017 AGA American Gas Association 8501 East Pleasant Valley Road Cleveland, OH 44131 AGMA American Gear Manufacturer's Association 1330 Massachusetts Avenue, N.W. Washington, DC 20005 AISC American Institute of Steel Construction 101 Park Avenue New York, NY 10017 AISI American Iron and Steel Institute 150 East 42nd Street New York, NY 10017 AITC American Institute of Timber Construction 333 West Hampden Avenue Englewood, CO 80110 AMCA Air Moving and Conditioning Association, Inc. 30 West University Drive Arlington Heights, IL 60004 01090 -1 T/M18-94 ANSI American National Standards Institute, Inc. 1430 Broadway New York, NY 10018 APA American Plywood Association 1119 A Street Tacoma, WA 98401 API American Petroleum Institute 1801 K Street N.W. Washington, DC 20006 ARC Association of Rockery Contractors P.O. Box 1794 Woodinville, WA 98072 ARI Air - Conditioning and Refrigeration Institute 1814 North Fort Myer Drive Arlington, VA 22209 ASCE American Society of Civil Engineers 345 East 47th Street New York, NY 10017 ASCIi American Standard Code for information Interchange United States of America Standards Institute 10 East 40th Street New York, NY 10016 ASE Code American Standard Safety Code for Elevators, Dumbwaiters and Escalators American National Standards Institute 1430 Broadway New York, NY 10018 ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers United Engineering Center 345 East 47th Street New York, NY 10017 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWI Architectural Woodwork Institute 2310 S. Wafter Read Drive Arlington, VA 22206 AWPA American Wood Preservers Association 1625 Eye Street Washington, DC 20006 AWS American Welding Society 2501 N.W. 7th Street Miami, FL 33125 01090 -2 T/M18 -94 AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235 BOCA Building Officials and Code Administrators Intemational 17926 South Halsted Homewood, IL 60430 CBM Certified Ballast Manufacturers Association 2122 Keith Building Cleveland, OH 44115 CMAA Crane Manufacturers Association of America, Inc. (Formerly: Electric Overhead Crane Institute) 1326 Freeport Road Pittsburgh, PA 15238 CRD Corps of Engineers Specification Federal Center South 4735 East Marginal Way South Seattle, WA 98134 (206) 764 -3828 CRSI Concrete Reinforcing Steel Institute 180 North La Salle Street Chicago, IL 60601 CSA Canadian Standards Association 178 Rexdale Boulevard Rexdale, Ontario, M9W IR3, Canada DEMA Diesel Engine Manufacturer's Association 122 East 42nd Street New York, NY 10017 EEI Edison Electric Institute 90 Park Avenue New York, NY 10016 EIA Electronic Industries Association 2001 Eye Street N.W. Washington, DC 20006 EJMA Expansion Joint Manufacturer's Association 331 Madison Avenue New York, NY 10017 EPA United States Environmental Protection Agency 1200 Sixth Avenue Seattle, WA 98101 FEDSPEC Federal Specifications, General Services Administration Specification and Consumer Information Distribution Branch Washington Navy Yard, Bldg.• 197 Washington, DC 20407 FEDSTDS Federal Standards (see FEDSPECS) 01090-3 T/M18-94 FM Factory Mutual System 1151 Boston - Providence Turnpike Norwood, MA 02062 HEI Gypsum Association 1603 Orrington Avenue Evanston, IL 60201 Heat Exchange Institute 122 East 42nd Street New York, NY 10017 M Hydraulic Institute 1230 Keith Building Cleveland, OH 44115 IAPMO International Association of Plumbing and Mechanical Officials 5032 Alhambra Avenue Los Angeles, CA 90032 ICBO international Conference of Building Officials 5360 South Workman Mill Road Whittier, CA 90601 ICEA Insulated Cable Engineers Association P.O. Box P South Yarmouth, MA 02664 IEEE Institute of Electrical and Electronics Engineers, Inc. 345 East 47th Street New York, NY 10017 IESNA Illuminating Engineering Society of North America c/o United Engineering Center 345 East 47th Street New York, NY 10017 ISA Instrument Society of America 400 Stanwix Street Pittsburgh, PA 15222 JIC Joint Industrial Council 7901 Westpark Drive McLean, VA 22101 MILSPEC Military Specifications Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 MSHA Mine Safety and Health Administration 117 107th Ave NE Bellevue, WA 98004 NAAMM National Association of Architectural Metal Manufacturers 100 South Marion Street Oak Park, IL 60302 01090 -4 T/M18-94 OSHA Occupational Safety and Health Act U.S. Department of Labor Occupational and Health Administration San Francisco Regional Office 450 Golden Gate Avenue, Box 36017 San Francisco, CA 94102 PSAPCA Puget Sound Air Pollution Control Agency 200 West Mercer Street Seattle, WA 98119 ... SAE Society of Automotive Engineers 2 Pennsylvania Plaza New York, NY 10001 01090-5 T/M18-94 SAMA Scientific Apparatus Makers Association One Thomas Circle Washington, DC 20005 SBCCI Southem Building Code Congress, International 1116 Brown -Marx Building Birmingham, AL 35203 SMACNA Sheet Metal and Air Conditioning Contractors National Association, Inc. 8224 Old Court House Road Tysons Comer, Vienna, VA 22180 SSPWC Standard Specifications for Public Works Construction Building News, Inc. 3055 Overland Avenue Los Angeles, CA 90034 STI Steel Tank Institute P.O. Box 4020 Northbrook, IL 60065 TCA 711e Council of America, Inc. Box 326 Princeton, NJ 08540 TEMA Tubular Exchanger Manufacturer's Association 331 Madison Avenue New York, NY 10017 UBC Uniform Building Code Published by ICBO UL Underwriters Laboratories Inc. 207 East Ohio Street Chicago, IL 60611 UMC Uniform Mechanical Code Published by ICBO UPC Uniform Plumbing Code Published by IAPMO USBR Bureau of Reclamation, U.S. Department of Interior Engineering and Research Center Denver Federal Center, Building 67 Denver, CO 80225 WAG Washington Administrative Code Washington State Secretary of State Olympia, WA 98504 WISHA Washington Industrial Safety and Health Administration Department of Labor and Industries 300 West Harrison Street, Room 301 Seattle, WA 98119 WSDOT Washington State Dept. of Transportation and American Public Worics APWA Association Standard Specifications for Road, Bridge, and Municipal Construction (1994) Transportation Bldg; KF -01 Olympia, WA 98504 -5201 01090 -6 T/M18.94 WWPA Western Wood Products Association (Formerly: West Coast Lumbermen's Association) 1500 Yeon Building Portland, OR 97204 1.03 ACRONYMS A. Wherever used in the Contract Documents, the following acronyms will have the meaning listed: 1. PAT stands for: Proficiency Analytical Testing 2. PCM stands for: Phase Contrast Microscopy 3. WAC stands for: Washington Administrative Code PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 01090-7 T/M18-94 SECTION 01300 SUBMITTALS PROCEDURE PART 1 GENERAL 1.01 SUMMARY A. This Section specifies procedures for Contractor submittals. Where required by the Specifications, submit descriptive information which will enable the Engineer to assess whether the Contractor's proposed materials, equipment or methods of work are in general conformance to the design concept and in compliance with the Drawings and Specifications. The information to be submitted shall consist of drawings, specifications, descriptive data, certificates, samples, test results and such other information, all as specifically required in the Specifications. The provisions of this Section are supplementary to Paragraph 00710 -3.04. PART 2 PRODUCTS 2.01 CONTRACTOR RESPONSIBILITIES A. Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. Verify that the material and equipment described in each submittal conforms to the requirements of the Specifications and Drawings prior to transmittal to the Engineer. Ensure that there is no conflict with other submittals and notify the Engineer in each case where such submittal may affect the work of another contractor or KCDMS. Ensure coordination of submittals among the related crafts and subcontractors. B. If the Contractor's review determines that the information shows deviations from the Specifications or Drawings, submit a request for substitution In accordance with Paragraph 00710 -4.05. PART 3 EXECUTION 3.01 TRANSMITTAL PROCEDURE A. General: 1. Submittals regarding material and equipment shall be accompanied by Transmittal Form 01300 -A specified in Section 01999. Equipment numbers shall be listed on Form 01300 -A for items being submitted. A separate form shall be used for each spec is item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 2. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each Item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the folbwing format: "XXX -Y"; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B or C being the 1st, 2nd and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of Submittal 25. 8. Deviation from Contract: Submit a request for substitution for deviations from the Specifications or Drawings. The request shall be in accordance with Paragraph 00710 -4.05 and also include the reason for the deviation and cost differential for the deviation. Deviations from the Contract shall be authorized by change order only. 01300 -1 T/M18.94 C. Submittal completeness: Submittals which do not have all the information required to be submitted are not acceptable and will be retumed without review. 3.02 REVIEW PROCEDURE A. For each required submittal, submit the specified information as follows: 1. One reproducible original of all the submitted information. When individual sheets in the submittal exceed 11 inches x 17 inches, a sepia shall be submitted. 2. Seven additional copies of all the submitted Information. B. Unless otherwise specified, within 21 days after receipt of the submittal, the Engineer will review the submittal and return it to the Contractor. The retumed material will consist of 3 marked -up copies of the submittal and the marked -up sepia copy. The returned submittal will indicate one of the following actions: 1. If the review indicates that the material, equipment or work method is In general conformance with the Contract Drawings /Specifications, the submittal copies shall be marked "No Exceptions Taken" and given a Review Action of "1 ". In this event, the Contractor may begin to incorporate the materiaVequipment/work method covered in the submittal. 2. If the review indicates that the submittal is insufficient or that limited corrections are required, the submittal copies shall be marked "Note Markings" and given a Review Action of "2 ". The Contractor may begin to implement the work method or incorporate materials/comments covered in the submittal in accordance with the corrections /comments noted. Where submittal information is to be incorporated in O &M data, a corrected copy shall be provided; otherwise, no further action Is required. 3. If the review is insufficient or contains incorrect data and the comments are of a nature that can be confirmed without a resubmitttal, the submittal copies shall be marked "Comments Attached - Confirm" and given a Review Action of "3 ". (In this case, the Contractor shall not then undertake work covered by this submittal until the attached comments have been confirmed by a separate written communication or the submittal has been revised, resubmitted and retumed to the Contractor with a Review Action of either "1" or "2 ". 4. If the review reveals the submittal is insufficient or contains incorrect data and the comments require revision and resubmia, the submittal copies shall be marked "Comments Attached - Resubmit" and given a Review Action of "4 ". (In this case, the Contractor shall not then undertake work covered by this submittal until the submittal has been revised, resubmitted and returned to the Contractor with a Review Action of either "1" or "2 ". 5. If the review reveals that the material, equipment or work method is not in general conformance with the design concept or in compliance with the Contract Drawings/Specifications, or if the submittal is incomplete, the submittal copies shall be marked "Rejected" and given a Review Action of "5 ". Submittals containing deviations from Contract Drawings/Specifications which have not been clearly identified and which have not been noted previously in PWC correspondence also shall be rejected. (In this case not then undertake work covered by this submittal until the submittal has been revised, resubmitted and retumed to the Contractor with a Review Action of either "1" or "2 "). 3.03 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS A. Review of drawings, methods of work or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer on behalf of Metro, or by any officer or employee of Metro; and the Contractor shall have no claim under the Contract on account of the failure, or partial failure, of the method of work, material or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "NOTE MARKINGS" shall mean that KCDMS has no objection to the Contractor, upon the Contractor's own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. END OF SECTION 01300-2 T/M1B -94 SECTION 01310 PROGRESS SCHEDULES AND REPORTS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies requirements and procedures for the Contractor in preparing Construction Schedules. The purpose of the Construction Schedule shall be to ensure adequate planning and execution of the work by the Contractor, to establish the standard against which satisfactory completion of the project shall be Judged, to assist the Engineer in monitoring progress and for the assessment of the impact of change orders on the Construction Schedule. B. The scheduling technique known as the Critical Path Method (CPM) shall be used by the Contractor in complying with these Specifications. The Precedence Diagraming Method (PDM) shall be used in preparing the CPM diagrams and calculations. C. Float is defined as the amount of time between the earliest start date and the latest start date of an activity or chain of activities on the CPM Construction Schedule. Float is not for the exclusive use or benefit of either the Contractor or the Owner. 1.02 SUBMITTALS A. The following submittals shall, as a minimum, be provided in accordance with other sections of these Specifications. 1. Schedules: a. Draft construction schedule: Submit for review at the Preconstruction Meeting. Include material and equipment procurement and construction work. Clearly indicate major milestones and the time(s) for completion which are required to be met under the terms of the Contract. Include a network diagram, tabular report and Schedule of Values. b. Construction schedule: Network Diagram, Construction Bar Chart, tabular report, Schedule of Values and cash flow projection shall be submitted 7 days prior to second progress payment request. 2. Monthly progress reports: a. Submit with each Monthly Progress Payment Requests. b. Participate in a monthly review of the Construction Schedule. Revisions deemed necessary shall be submitted within 10 calendar days of each monthly review. 3. Weekly progress reports: Provided no later than Wednesday noon and shall contain the latest updated information from the previous week (Saturday through Friday). 4. Submittal schedule: Include required submittals including O &M Manual information. PART 2 PRODUCTS 2.01 CONSTRUCTION SCHEDULES A. The network diagram based on the Construction Schedule shall be a CPM, precedence (PDM) network diagram. B. Diagrams may be hand drafted. C. The Construction Bar Chart based on the Construction Schedule shall be time scaled. D. Network diagrams shall contain the following information for each activity: 1. Description 2. Duration 3. Total Float 01310 -1 T/M18 -94 4. Early Start E. Activities: Show on Construction Bar Charts at their early start/finish time period. F. In preparing the Schedule of Values, break up the work into construction activities such that the duration of each activity shall not exceed 15 working days and construction activity values not to exceed $50,000 unless approved by the Engineer. Non - construction activities (submittals, fabrication, etc.) may have durations in excess of 15 working days. G. Submittal and procurement activities shall include preparation and submittal of shop drawings, product data, samples, fabrication, delivery, as -built drawings and O &M manuals. H. Dates imposed on the schedule by the Contractor shall not be binding on the Engineer. I. Failure of the Contractor to include any element of work required for the performance of this Contract shall not excuse the Contractor from completing the work as described in the Contract Documents. J. If requested by the Engineer, furnish a written narrative of the Contractors determination of durations for critical and near critical activities. Such explanation shall include the number of crews, crew composition, number of shifts per day, number of hours in a shift and the number of work days per week, construction equipment, quantities, etc. K. Provide a list of the holidays and non -work days applicable to the schedule. L. Include in the Construction Schedule owner operator training, O &M manuals and Milestone dates as specified in other sections of the Contract Documents. M. The critical path shall be clearly shown. N. Network diagrams and Construction Bar Charts shall be prepared on 11 -inch x 17 -inch sheets. O. Bar Charts will be banded by major activity as agreed with the Engineer. 2.02 SCHEDULE OF VALUES A. Submit a balanced Schedule of Values. The total value of the activities shall equal the Contract amount. Overhead and profit shall be prorated to the activities. Activity values shall be rounded to the nearest dollar. B. The value to be allocated to the mobilization activity shall not exceed 5 percent of the initial contract amount. C. If, in the opinion of the Engineer, the Schedule of Values is unbalanced, the Contractor will be required to present documentation substantiating the cost allocations of those activities believed to be unbalanced. 2.03 MONTHLY REPORTS A. Include an updated network diagram, Construction Bar Chart, Schedule of Values, Cash Flow Projection and Narrative Summary. B. The Narrative Summary: Briefly describe the progress of the project. Describe how the project is progressing towards its completion. Identify milestones completed, major equipment deliveries and problems arising during the month. Project the work anticipated during the coming month, including major deliveries and submittals. C. Identify changes in logic ties to the CPM Schedule. 01310.2 T/M18 -94 01310 -3 T/M18-94 SECTION 01380 PHOTOGRAPHS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies photographs to be provided by the Contractor prior to, during and after construction. PART 2 PRODUCTS 2.01 GENERAL A. Photographs shall be taken by a professional photographer and be a minimum of 2 -1/4 -inch format color film. Each photo shall indicate on the front of each print the date, name of work and location where the photograph was taken. Two 8 -inch x 10 -inch glossy prints of each exposure, together with the negatives, shall be delivered to the Engineer within 10 days following each set of exposures. Samples of prints of acceptable quality and identification are available in the office of the Engineer for examination. Photographs shall be taken at locations to be designated by the Engineer. The photographer shall be equipped to photograph either interior or exterior exposures, with lenses ranging from wide -angle to telephoto. 2.02 PRECONSTRUCTION PHOTOGRAPHS A. Provide prior to commencement of work on the site. Provide 24 exposures of the area where the work is to take place. 2.03 CONSTRUCTION PHOTOGRAPHS A. Provide during the progress of the work. Take monthly exposures starting 24 per month minimum after the date of the preconstruction photographs and continuing as long as the work is in progress. 2.04 POSTCONSTRUCTION PHOTOGRAPHS A. Take the number of exposures specified upon acceptance of the work. 2.05 REQUIRED NUMBER OF PHOTOGRAPHS A. For the work of this Contract, photographs shall be provided per facility (i.e., East Base, Atlantic Base, and South Base) as listed: Category Preconstruction Construction Postconstruction PART 3 EXECUTION Not used. Black- and -White Color 24 8 per month/base (24 total) 24 END OF SECTION 01380-1 T/M18-94 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 SUMMARY A. Section includes the following: 1. Quality assurance and control of installation. 2. Field samples. 3. inspection and testing laboratory services. 4. Manufacturer's field services and reports. 1.02 Quality assurance /control of installation A. Monitor quality control over suppliers, manufacturers, products, services, site conditions and workmanship, to produce work of specified quality. B. Comply fully with manufacturer's instructions, including each step in sequence. C. Should manufacturer's instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. 1.03 FIELD SAMPLES A. Install field samples at the site as required by the Specification. B. Acceptable samples represent the work's quality level. 1.04 INSPECTION AND TESTING LABORATORY SERVICES A. The Engineer will inspect work and materials, and may select samples of materials in such number and quantities as the Engineer may deem necessary to determine their qualities. The Engineer will accept or reject the materials in accordance with the resutts of such tests. Promptly replace rejected materials to comply with the Specifications. B. The Engineer may appoint, employ and pay for services of an independent firm to perform testing. C. The Engineer or the independent firm will perform inspections, tests, and other services specified in the Specification and as required by the Engineer. D. Cooperate with the Engineer and the Independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify Engineer and Independent firm a minimum 24 hours prior to expected time for operations requiring services unless specified otherwise in the Specification. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. E. Retesting required because of non - conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract Price. 01400 -1 T/M18 -94 1.05 MANUFACTURERS' FIELD SERVICES A. When specified, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, as applicable, and to provide advise when required by Contractor. B. Submit report to the Engineer for review within 7 days of observation, unless specified otherwise. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION .01400-2 T/M18-94 SECTION 01500 CONSTRUCTION FACILITIES PART 1 GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Temporary utilities: electricity, lighting, heating, ventilation, telephone service, water, and sanitary facilities. 2. Temporary controls: Barriers, fencing, protection of work, and security. 3. Construction facilities: parking, progress cleaning, project signage, and offices. B. Related Sections 1. Section 01560 - Environmental Controls 1.02 TEMPORARY POWER A. Connect to existing power service. KCDMS will pay cost of energy used. Exercise measures to conserve energy. B. Make arrangements for additional power requirements, as needed, with the electrical utility for power takeoff points, voltage and phasing requirements, transformers and metering and pay resulting costs and fees. C. Permanent convenience receptacles may be utilized during construction. Provide flexible power cords as required. 1.03 TEMPORARY LIGHTING A. Permanent building lighting may be used during construction. B. Provide and maintain additional incandescent lighting as necessary to maintain a minimum lighting level of 2 watts/sq. ft. C. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required for temporary lighting. 1.04 TEMPORARY HEATING A. Provide temporary heating of the buildings and enclosures as necessary to protect work and material against damage by dampness and cold and to facilitate completion of the work. Supply the fuel, equipment and materials required for temporary heating. B. Maintain minimum ambient air temperature of 50 degrees F in all areas unless indicated otherwise in Specifications. 1.05 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gasses. 1.06 TELEPHONE SERVICE A. Provide, for Contractor's own use, telephone service at the construction site office. Radio - telephone service is acceptable as a substitute for telephone service. These telephone costs shall be paid by the Contractor. 01500 -1 T/M18-94 1.07 TEMPORARY WATER SERVICE A. Existing water service is available each transit facility. Provide additional and special connections to the water supply as needed. B. Metro will pay cost of water used. Exercise measures to conserve water. 1.08 TEMPORARY SANITARY FACILITIES A. Provide toilet and wash -up facilities for the work force at the site. Comply with applicable laws, ordinances and regulations pertaining to the public health and sanitation of dwellings and camps. B. Existing sanitary facilities are not available for the Contractor's use. 1.09 PERMANENT FACILITIES A. The Contractor can use permanent facilities, such as heating and ventilation equipment, and permanently installed cranes and hoists only in the construction of the project with the approval of the Engineer. At no time shall the identified capacity of the equipment be exceeded by the Contractor. If the equipment is used by the Contractor KCDMS's operation and maintenance must have full access to use them at any time, with no notice. B. The Contractor will be provided storage as shown on the Drawings. 1.10 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities from damage during construction and demolition operations. B. Provide barriers to prevent dust, dirt, and debris from entering space adjacent to work area. 1.11 FENCING A. Maintain, at all times during the construction period, fences which shall, to the satisfaction of the Engineer, enclose the areas of the site. Gates shall be provided at access points where required and these shall be kept locked during off-work hours. A key lock shall be given to the Engineer for the Engineers use. B. Construction signs: Commercial or advertising signs shall not be allowed on the site. 1.12 CONTRACTOR'S SECURITY A. Provide security and facilities to protect the Work and existing facilities from unauthorized entry, vandalism, or theft. 1.13 PROTECTION OF NEW WORK AND EXISTING PROPERTY A. Protect existing structures, property, cultivated or planted areas and other surface improvements from damage and provide bracing, shoring or other work necessary for such protection. B. Provide temporary partitions as required to separate work areas from existing office areas. Prevent penetration of dust and moisture into these areas and prevent damage to finishes and materials. C. Protect Installed Work and provide special protection where specified in the Specification. D. Protect finished floors from traffic, dirt, wear, damage, or movement of heavy objects by protecting with durable sheet materials. E. Prohibit traffic and storage of materials on existing and new roof surfaces. 01500 -2 T/M18-94 F. Repair or replace damaged structures, work, materials or equipment to a condition equal to or better than prior to the damage at no additional cost to Metro. G. Provide temporary covers over excavations in driving areas to allow bus traffic to pass through construction areas as required by the Engineer. H. The Contractor shall not use Metro's or Metro's mechanics portable tools in the process of this contract. 1.14 RESTORATION OF ADJACENT SURFACES A. Unless otherwise specified, resurface and bring to original grade and section adjacent surfaces in which the surface is removed, broken or damaged, or in which the ground has caved or settled during the work under this Contract. Clean and repair surfaces used by the Contractor . Before resurfacing material Is placed, trim edges of pavements back far enough to provide clean, solid, vertical faces, free of loose material. 1.15 MAINTENANCE OF TRAFFIC A. Contractor shall conduct its work to interfere as little as possible with travel, whether vehicular or pedestrian. B. Whenever it is necessary to cross, obstruct or close driveways and walks, whether public or private, provide and maintain suitable and safe bridges, detours or other temporary expedients for the accommodation of public and private travel, and give reasonable notice to owners of private drives before interfering with them. Such maintenance of traffic will not be required when Contractor has obtained permission from the owner and tenant of private property, or from the authority having jurisdiction over property involved, to obstruct traffic at the designated point. 1.16 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Clean the exposed surfaces of piping, ductwork or equipment which has become soiled with dirt, mortar, or other materials before covering with insulation, painting, or enclosing In the building structure. E. Remove waste materials, debris and rubbish from the site immediately upon such materials becoming unfit for use in the work. In the event that this material is not removed, Metro reserves the right to have the material removed and the expense charged to the Contractor. F. Prevent dirt and dust from escaping trucks departing the site by covering dusty bads, washing truck tires before leaving the site, or other methods as applicable. G. Provide a legal, off-site debris disposal site. 1.17 CONTRACTOR'S OFFICE A. During the performance of this Contract, maintain a suitable office at the site of the work which shall be the headquarters of the Representative authorized to receive drawings, instructions or other communication or articles. 01500 -3 T/M18-94 B. Communications given to the Representative or delivered at the site office in the Contractor's absence shall be deemed to have been delivered to Contractor. C. Copies of the Drawings, Specifications and other Contract Documents shall be kept at the site office and available for use at all times. 1.18 ENGINEER'S OFFICE A. Provide a separate office area for the sole use of the Engineer at each site, for the duration of work at that site. Each Engineer's office shall have a minimum area of 160 square feet, and shall be provided with 2 desks, 3 chairs, a hanging file, a 2 drawer file cabinet, and adequate environmental controls. This office area may be a partition of the Contractors site trailer, or may be separate. B. Doors shall be provided with cylinder deadbolt locks keyed separately from the Contractor's offices. Connections to base power shall be provided and maintained by the Contractor. Provide telephone service with 2 lines at each site, during work at that site. Pay all fees required, except long distance calls made by the Engineer. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used. END OF SECTION 01500.4 T/M18.94 SECTION 01560 ENVIRONMENTAL CONTROLS PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies temporary environmental controls required to be maintained during construction. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 TEMPORARY DAMS A. Except in time of emergency, earth dams are not acceptable at catch basin openings, local depressions, or elsewhere. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be permitted when necessary to protect the work, provided their use does not create a hazard or nuisance to the public. Such dams shall be removed from the site as soon as they are no longer necessary. 3.02 AIR POLLUTION CONTROL A. The Contractor shall not discharge smoke, dust, and other contaminants into the atmosphere that violate the regulations of legally constituted authorities. Minimize dust nuisance by cleaning, sweeping, and sprinkling with water, or other means. The use of water, in amounts which result in mud on public streets, is not acceptable as a substitute for sweeping or other methods. 3.03 NOISE CONTROL A. Construction involving noisy operations shall be restricted to the hours between 7 :00 a.m. and 7:00 p.m. Noisy operations shall be scheduled to minimize their duration. B. Comply with local controls and noise level rules, regulations and ordinances which apply to work performed pursuant to the Contract. C. Each internal combustion engine, used on the job or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. D. Noise levels for scrapers, pavers, graders and trucks shall not exceed 90 dBA and pile drivers shall not exceed 95 dBA at 50 feet as measured under the noisiest operating conditions. For other equipment, noise levels shall not exceed 85 dBA. Equipment that cannot meet these levels shall be quieted by use of improved exhaust mufflers or other means. 3.04 WATER CONTROL A. Temporary pumping and drainage: 1. Conform to the regulations and requirements of legally authorized surface water management agencies. 2. Maintain the buildings and excavation free from water while construction is in progress and keep the buildings dry for the work of trades until the buildings are accepted for use by Metro. 01560-1 T /M1 8 -94 Permanent sump pumps shall not be installed and cannot be used for this purpose until the plumbing work is substantially ready for acceptance by the Engineer. At the Engineer's sole discretion, permission may be granted for such use. The Contractor may install temporary pumps in the sump basin until the permanent pumps are installed. 3. Keep trenches and areas other than the building excavation free from water as required to permit continuous progress of, or to prevent damage to the work or the work of others. The Contractor's operations shall be conducted in such a manner as to prevent sediment from reaching the sewer, storm drains, or surface waters. Temporary settling ponds shall be pro- vided in the work area as required to trap runoff until the turbidity has settled and the water can be pumped into the sewer. 4. Disturbed areas and spoils piles shall be covered, bermed or otherwise secured when runoff from rain is or would likely cause turbid water to enter local water bodies or storm drains. 5. Extreme care shall be taken to prevent any sediment, petroleum products, fresh cement, lime or concrete, grouting materials, chemicals, or other toxic or deleterious materials from entering local water bodies or storm drains. 3.05 OIL SPILL PREVENTION AND CONTROL A. Prevention, containment and cleanup of oil, fuel and other petroleum products spills is required at no additional cost to KCDMS. Discharge of oil from equipment or other facilities into state waters or onto adjacent land is not permitted under state water quality regulations. B. As a minimum the following measures regarding oil spill prevention, containment and cleanup shall be taken: 1. Fuel hoses, lubrication equipment, hydraulically operated equipment, storage containers and all other equipment and facilities shall be inspected regularly for drips leaks or signs of damage, and shall be maintained and stored to prevent spills. The Engineer may require that leaking equipment or containers be removed from the site immediately at the Contractor's expense. 2. All petroleum and chemical product storage shall be diked and located so as to prevent spills from escaping to the water. Storage area shall be lined with impervious material to prevent oil from seeping into the soil. 3. Any visible floating oils shall be immediately contained with booms, dikes or other appropriate means and removed from the water prior to discharge into state water. All visble oils on land shall be immediately contained using dikes, straw bales, or other appropriate means and removed using sand, ground clay, sawdust, or other absorbent material; which shall then be properly disposed of. Waste materials which must be temporarily stored, shall be placed in drums or other leakproof containers after cleanup and during transport. 4. In the event of any oil or product discharges into public waters, or onto land with a potential for entry into public waters, Immediately notify the following agencies at their listed 24 -hour response numbers: WDOE, Northwest Regional Office 206 - 867 -7000 U.S. Coast Guard 206- 286 -5540 5. Maintain on the job at each site the following materials (as a minimum): Oil absorbent pads or bulk material, adequate for coverage of 200 square feet of surface area Hay bales Oil dryall, gloves and plastic bags sufficient for dealing with above materials. 3.06 CULTURAL RESOURCES A. The National Historic Preservation Act of 1966 (16 U.S.C. 470), 36 CFR 800 and the National Historic Preservation Act of 1977 which provides for the preservation of potential historical architectural, archaeological, or cultural resources (hereinafter called "cultural resources ") will be complied with. B. If potential cuftural resources are discovered during excavation, the following shall be instituted: 1. KCDMS will issue a Work Suspension Order directing that all work cease at the location of the potential resource find. 01560.2 T/M18-94 2. The Work Suspension will be effective until a qualified archaeologist can assess the value of the find and make a recommendation to the State Historical Preservation Officer. The Order will contain: a. A description of the work to be suspended; b. Suggestions to the Contractor to minimize costs; c. Estimated duration of the work suspension. C. If the find is determined to be a bona fide cultural resource, at the direction of the State Historical Preservation Officer, KCDMS shall extend the duration of the Work Suspension Order in writing. D. Adjustment of the contract duration shall be made by adding to the contract the total number of days the work shown on the critical path of the approved construction schedule is suspended. END OF SECTION 01660.3 T/M18.94 SECTION 01660 FACILITY INTEGRATION: TESTING, TRAINING, AND COMMISSIONING PART 1 GENERAL 1.01 SUMMARY A. This Section specifies the requirements for achieving, verifying, and documenting the working condition of the facility, according to its planned function or operation, including the thorough training of operating personnel. This process includes but is not limited to Contractor documentation, installation, preoperational and component testing, system and operational testing, commissioning, and the training and mobilization of Metro's operations and maintenance personnel, applicable to mechanical, electrical and instrumentation systems and completed portions of the work, functioning as completed systems, and the complete project, functioning as a completed facility. B. Related Sections: 1. Section 01012 - 2. Section 01014 - 3. Section 01027 - 4. Section 01310 - 5. Section 01730 - 6. Section 01740 - 7. Section 01750 - 1.02 INSTALLATION Pre - Construction Schedule Parameters Contractor Work Coordination and Use of Premises Schedule of Values Progress Schedules and Reports Operations and Maintenance Information Guarantees Spare Parts A. Mechanical, electrical, and instrumentation equipment provided under this Contract shall be installed in accordance with the details shown and specified, and with the manufacturer's requirements. Should a manufacturer's installation recommendations conflict with specific requirements of the Contract Document, the Contractor shall bring the matter to the attention of the Engineer. B. Additional costs incurred arising out of changes authorized by the Engineer to accommodate manufacturer's installation recommendations will be considered extra work Costs incurred by the Contractor due to the Contractor's failure to timely notify the Engineer of a difference between the Contract Documents and manufacturer's Installation requirements shall be bome by the Contractor. 1.03 TESTING A. General Requirements: 1. Equipment and partially complete or fully completed portions of the work included in this Contract shall be tested and inspected to prove compliance with the Contract requirements. Unless otherwise noted, costs of testing, including temporary facilities and connections, shall be bome by the Contractor. For the purpose of this Section, equipment shall mean mechanical, electrical, instrumentation, or other devices with one or more moving parts or devices requiring an electrical, pneumatic, or hydraulic connection. Installed structural tanks and channels shall be tested for water tightness as specified in Section 03300. Installed leakage tests and other piping tests shall be as specified in Division 15. Installed tests for heating, ventilation, and air conditioning systems shall be as specified in Division 15. Installed tests for electrical devices and systems shall be in accordance with Division 16. Installed tests for instrumentation devices and systems shall be in accordance with Division 17. 2. No tests specified herein shall be applied until the item to be tested has been inspected and approval given for the application of such test. 3. Tests and inspection shall encompass the following phases of work: a. Preoperational Phase: Factory equipment and delivery acceptance tests and inspections. 01660.7 T/M16.94 b. Component Test Phase: installed component tests and inspections. c. Systems Test Phase: Completed systems tests and evaluations. d. Operational Test Phase,: Integrated operations and testing of completed systems, utilizing plant effluent water, or other appropriate test mediums. e. Commissioning: The orientation and assumption of full plant and facility operations by Metro personnel. 4. Tests and inspections, unless otherwise specified or accepted, shall be in accordance with the recognized standards of the industry. Allow for up to two additional setpoint changes during testing without additional costs to Metro. B. Procedures: 1. Prior to receipt of progress payments as identified in Paragraph 01027- 3.03A -1, submit to the Engineer in quintuplicate details of the installed tests and inspection procedures the Contractor proposes to adopt for testing and start -up of equipment, to be operated singly and together, excepting when such procedures have been covered in the Technical Specifications. 2. Testing procedures shall be designed to duplicate, as nearly as possible, conditions of operation and shall be carefully selected to insure that the equipment is not damaged. Once the testing procedures have been reviewed and approved by the Engineer, they shall be organized by system identification into test packages, and shall include the proper checkout, alignment, adjustment, and calibration signoff forms for each item of equipment and system. The forms shall be used in the field by the Contractor and the Engineer jointly, to insure that each item of electrical, mechanical, and instrumentation equipment has been properly installed and tested. Failure to observe these precautions may place the acceptability of the subject equipment or system in question. C. Scope: 1. Preoperational Phase: Factory Equipment and Delivery Acceptance Tests and Inspections. For equipment specified herein, the following shall be performed at the Contractor's expense: a. Test of items at the place of manufacture during or on completion of manufacture, comprising of hydraulic pressure tests, electric and instrumentation subsystem tests, performance and operating tests and inspections. Perform in accordance with the relevant standards of the industry and more particularly as stated in these Specifications. Tests other than those specified shall be in accordance with Section 00710. b. Inspection of items delivered at the site or to an authorized place of storage in order that the Engineer may ascertain that such items are of the specified quality and workmanship, and are in good order and condition at the time of delivery. The Contractor shall remove all coverings, containers, or crates in order to permit the Engineer to conduct the inspection. Should the Engineer find, In his opinion, indication of damage or deficient quality of workmanship, the Contractor shall provide the necessary documentation or conduct such tests determined by the Engineer to demonstrate compliance. Compensation for tests and related work arising out of this requirement shall be in accordance with the provisions of Paragraph 00710-4.06A. 2. Component Testing Phase: Installed Equipment Tests and Inspections. a. General: Equipment shall be tested by the Contractor to the satisfaction of the Engineer before a system is put into operation. The installed tests and inspection procedures shall incorporate requirements of the Specifications and shall proceed in a logical, step -wise sequence to insure that the installed equipment has been properly assembled, serviced, aligned, adjusted, connected and calibrated prior to operation. Changes, adjustments, or replacements required to make the equipment operate as specified shall be carried out by the Contractor as part of the work. b. Component testing procedures shall include, but not necessarily be limited to: 1) Piping system pressure testing and cleaning as specified in Division 15. 2) Electrical system testing as specified in Division 16. 3) Instrumentation system testing as specified in Division 17. 4) Alignment of equipment. 5) Preoperation lubrication. 3. Systems Testing Phase: Complete System Tests and inspections. a. Once the affected equipment has been subjected to the required Component Testing, and the Engineer has witnessed and has not found deficiencies in that portion of the 01660-2 T/M18.94 work, individual systems may be started and operated under simulated operating conditions to determine as nearly as possible whether the equipment and systems meet the requirements of the Specifications. The equipment shall be operated a sufficient period of time to determine machine operating characteristics, including temperatures and vibration; to observe performance characteristics; and to permit initial adjustment of operating controls. When testing requires the availability of auxiliary systems such as electrical power, compressed air, control air, or instrumentation which have not yet been placed in service, provide acceptable substitute sources, capable of meeting the requirements of the machine, device, or system, at no additional cost to Metro. Disposal methods for test media shall be subject to review by the Engineer. b. If, under test, a portion of the work should fail to fulfill the Contract requirements and is adjusted, altered, renewed or replaced, tests on that portion when so adjusted, altered, removed or replaced, together with other portions of the work affected, shall, if so required by the Engineer, be repeated within reasonable time and in accordance with the specified conditions. The Contractor shall reimburse Metro for reasonable expenses incurred as a result of repeating such tests. c. Once simulated operations have been completed, machines shall be rechecked for proper alignment, realigned, if necessary, and doweled in place. Equipment shall be checked for loose connections, unusual movement or other indications of improper operating characteristics. Deficiencies shall be corrected to the satisfaction of the Engineer. Machines or devices which exhibit unusual or unacceptable operating characteristics shall be disassembled and inspected. They shall then be repaired or removed from the site and replaced at no cost to Metro. d. Test results shall be within the tolerances set forth in the specifications of this Contract Document. If no tolerances have been specified, test results shall conform to tolerances established by recognized industry practice. e. Where, in the case of an otherwise satisfactory installed test, doubt, dispute, or difference should arise between the Engineer and the Contractor regarding the test results or the methods or equipment used in the performance of such test, then the Engineer may order the test to be repeated. If the repeat test, using such modified methods or equipment as the Engineer may require substantially confirms the previous test, then costs in connection with the repeat test will be paid by Metro, otherwise the costs shall be borne by the Contractor. Where the results of an installed test fail to comply with the Contract requirements for such test, then such repeat tests as may be necessary to achieve the Contract requirements shall be made by the Contractor at the Contractor's expense. f. Unless otherwise specified, provide at no expense to Metro power, fuel, compressed air supplies, labor and all other necessary items and work required to complete the tests and inspections specified herein. Provide, at no expense to Metro, temporary heating, ventilation, and air conditioning for areas requiring it in the case where permanent facilities are not complete and operable at the time of installed tests and inspections. Temporary facilities shall be maintained until permanent systems are in service. 4. Operational, Test Phase: Complete facility and integrated contract operational tests and evaluations. a. After completion of system testing and certification by the Engineer that equipment complies with the requirements of the Specifications, the systems shall be operated at various loading conditions, as directed by the Engineer. Should the operational testing period be hatted for reasons related to the facilities constructed or the equipment furnished under this Contract, or the Contractor's temporary testing of systems, the operational testing program shall be repeated until the specified continuous period has been accomplished without interruption. c. Costs for water, fuel, power and chemicals required during this plant operational test shall be bome by Metro. Metro will supply operational manpower for testing requiring 24 -hour operations. D. Documentation: 1. The form of evidence of satisfactory fulfillment of the tests and inspection requirements shall be, at the discretion of the Engineer, either by tests and inspections carried out in his presence or by certificates or reports of tests and inspections carried out by approved persons or organizations. The Contractor shall provide and use such forms which include all test information, including specified operational parameters. The forms used shall be acceptable in content to the Engineer. Provide for each item of mechanical, electrical, and 01660.3 T/M1 8-94 Instrumentation equipment provided or installed under this Contract. Forms shall accommodate the recording of relevant performance data for the original testing, and not less than three retests. Separate sections shall be provided to record values for the preoperational checkouts, initials of representatives of the equipment manufacturers, the Contractor, and the Engineer. 2. The Contractor shall develop and maintain the system test packages, which shall contain tests and sign -off forms including, but not limited to, piping, equipment, electrical, and instrumentation. The test packages shall be available to Metro for inspection at any time. 3. Each system test package, as applicable will be formatted in the following manner: a. Identification of the system, with a description of its operating parameters. b. Process and instrumentation diagrams detailing the system. c. Equipment list pertaining to the system, with cross- references to the appropriate Contract Specifications (reference System Equipment Checklist Form 01660 -A). d. Written procedures detailing the Contractor's component, systems, and operational tests to verify equipment compliance with specifications and operating parameters, as per Paragraph 01660- 1.03A1. e. Documentation for the preoperational Pty, factory equipment and delivery acceptance tests and inspections. 1. Documentation for the Component Testing Phase, installed equipment tests and inspections. g. Documentation for the System Test ng Phase, complete system tests and evaluations. h. Documentation for the Operational Testing Phase, system tests and evaluations as relating to other systems, facilities, or contracts. 4. During Commissioning, and prior to substantial completion of the Contract, or upon posession and use of full plant operations by Metro personnel, three compiled volumes (original and two copies) of the system test packages will be transmitted from the Contractor to the Engineer. 5. Reference Section 01999 for examples of acceptable documentation forms. 6. The systems included in this scope of work are identified as follows: a. Vehicle exhaust system b. Hydraulic lift system (axle lift) c. Hydraulic lift system (wheel lift) d. Air handler for electronics shop 1.04 COMMISSIONING A. After completion of the operational testing and certification by the Engineer that system and operational tests did meet performance requirements, Metro will begin mobilization for posession and use of the facility, by staffing and operating the completed facility during the commissioning period. This commissioning period shall be 30 days. B. During commissioning, Metro will be responsible for normal operational costs and the Contractor shall bear the costs of necessary repairs or replacements, including labor and materials, required to keep the portion of the plant being commissioned operational. C. The Contractor shall be available during the commissioning period to provide immediate assistance in case of failure of a portion of the system being operated. At the end of this period, and when corrections required by the Engineer to assure a reliable and completely operational facility are complete, the Engineer will issue a letter of Substantial Completion. D. Record drawings for the facilities involved must be received by the Engineer prior to Metro's issuance of a letter of Substantial Completion. 1.05 QUALITY ASSURANCE A. Equipment and apparatus used in testing shall be installed by personnel trained in the trades and professions required to assure first -class workmanship, Where required by detailed specifications, the installation of specific equipment testing items shall be accomplished under the supervision of factory- trained installation specialists furnished by the equipment manufacturers. The Contractor shall be prepared to document the skills and training of workers engaged in the installation of testing equipment furnished either by the Contractor or Metro. 01660-4 T/M18 -94 1.06 TRAINING A. No later than 5 working days after the Systems Test Phase, make available experienced factory- trained representatives of the manufacturers of the various pieces of equipment, to train the Owner's personnel in the operation and maintenance thereof. Notify the Engineer of the time of the training at least 14 days prior to the time of training. B. The contents of the training presentations are specified in Paragraph 01660 -3.03. PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Comply with the requirements of this Contract and the recommendations of the equipment manufacturers. B. Provide gages, meters, recorders, and monitors as required by the Engineer to supplement or augment the instrumentation system provided under this Contract to properly demonstrate that equipment fully satisfies the requirements of this Contract. Devices employed for the purpose of measuring the performance of the facility's equipment and systems shall be specifically selected to be consistent with the variables to be monitored. Instruments shall be recently calibrated, and the Contractor shall be prepared to demonstrate, through re- calibration, the accuracy of instruments employed for testing purposes. Calibration procedures shall be in accordance with applicable standards of ASTM, ISA, and IEEE. The adequacy of gages, meters, recorders and monitors shall be subject to review of the Engineer. PART 3 EXECUTION 3.01 SCHEDULING A. The construction schedule shall be submitted per the requirements of Section 01310. B. Time frames for the Facility Integration activities identified and developed in this Section shall be identified in the construction schedule. 3.02 OPERATIONAL TEST PHASE A. Testing shall proceed on a step -by -step basis, In accordance with the Contractor's written testing procedures. The Contractor's testing work shall be accomplished under the direction of a coordinator whose sole responsibility shall be the orderly, systematic testing of equipment, systems, structures, and the complete facility as a unit. Each individual step in the procedures shall be witnessed by a representative of the Engineer. B. During the operational testing period, equipment and systems in operation shall be operated to the greatest extent practical, at conditions which represent the full range of operating parameters as defined by the Contract Documents. C. Unless otherwise noted, a time period 0110 days shall be allowed for each operational test. Unless otherwise noted, each portion of the facility being operationally tested must perform through its complete design range for a period of 10 consecutive 24 -hour days. Operational testing shall be sequenced in coordination with the criteria specified in Sections 01012 and 01014. 3.03 TRAINING PRESENTATION CONTENTS A. Training of Metro's personnel (core team) shall be done by manufacturer's representatives. The representatives shall follow the outline presented here: 01660.5 T/M16 -94 SOUTH, EAST, AND ATLANTIC BASE TRANSIT FACILITIES GENERAL OUTLINE FOR MANUFACTURER TRAINING PRESENTATIONS 1. Familiarization a. Show catalog, parts lists, drawings, in the plant files and O &M manuals. b. Provide overview of design intent. b. Review the installation of the specific equipment items. c. Demonstrate the unit's operation. d. Answer questions. 2. Safety a. Point out safety references. b. Discuss safety precautions around equipment. 3. Operation a. Point out reference literature. b. Explain all modes of operation, including emergency. c. Test Metro's personnel on proper use of the equipment, by letting them operate it. 4. Preventive Maintenance (PM) a. Pass out the PM list, including reference material, and daily, monthly, quarterly, semi- annual, and annual PM tasks. b. Demonstrate how to perform PM tasks. c. Identify for Metro personnel indicators of equipment problems. 5. Corrective Maintenance a. List possible problems. b. Discuss repairs, point out special problems. c. Open up the equipment and demonstrate procedures where practical. 6. Parts a. Review spare parts list, and Indicate how to use. b. Indicate how to order additional spare parts. c. Provide recommendations for spare parts inventory. 7. Local Representatives a. Provide names, addresses, phone numbers for the ordering of parts. b. Provide names, phone numbers for service representatives. c. Provide names, phone numbers, and procedures for obtaining emergency assistance. d. Review the process to initiate guarantee response. B. Metro wishes to video - record training sessions given by the manufacturers' representatives for on -going training. Since it is not reasonable to expect quality recording during the actual hands -on training, a separate training demonstration shall be provided in a manner suitable for video recording. This shall be arranged at a time when on -site interruptions will be at a minimum, and prior to substantial completion. END OF SECTION } 01660 -6 T/M18-94 SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Closeout and inspection procedures. 2. Operation and maintenance data. 3. Warranties B. Related Sections 1. Section 01710 - Final Cleaning 2. Section 01720 - Record Drawings 01700.1 T/M18.94 , PART 3 EXECUTION Not used. END OF SECTION SECTION 01710 FINAL CLEANING PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies the fumishing of labor, materials, tools, equipment and services necessary for final cleaning of the work performed. B. Clean items installed under this Contract. Leave free of stains, damage or other defects prior to final acceptance. 1. Include washing, sweeping, polishing, or otherwise cleaning of new and existing finished wall surfaces, floors, windows, hardware, mirrors, lighting fixtures and items of equipment. 2. Replace damaged, defaced or marred items at no additional expense to KCDMS. 1.02 QUALITY ASSURANCE A. Fire protection: 1. Store volatile waste in covered metal containers. 2. Remove from premises daily. G. Remove debris from site. Legally dispose of offsite. H. Remove grease, dust, dirt, stains, labels, fingerprints and other foreign materials from interior and exterior surfaces of fixtures, hardware and equipment. I. Repair, patch and touch -up marred surfaces to match adjacent finishes. J. Vacuum interior areas when ready for painting. K. Schedule cleaning operations so that contaminants resulting from cleaning do not fall on wet painted surfaces. 3.02 FINAL CLEANING A. Use experienced workers or professional cleaners for final cleaning. B. At completion of construction, just prior to acceptance or occupancy, perform final cleaning. C. Remove dirt, stains, labels and foreign materials. D. Repair and touch -up marred areas. E. Broom clean paved surfaces; rake clean other surfaces of grounds; vacuum, polish and mop floors. F. Remove snow and Ice from access to buildings. G. Replace air conditioning filters If units were operated during construction. H. Clean ducts, blowers and coils if air conditioning units were operated without filters during construction. 1. Clean inside of panels. END OF SECTION 01710 -2 T /M18•114 1 1 SECTION 01720 RECORD DRAWINGS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies requirements for preparing and fumishing record drawings to the Engineer. PART 2 PRODUCTS 2.01 GENERAL A. Provide the Engineer one neatly and legibly marked set of full -size record drawings accurately showing the final as -built location along with changes made during construction for the items listed in Paragraph 2.02 of this Section. B. The record drawing set shall be kept separate from other construction drawings and shall not be used for other purposes. 2.02 DRAWINGS REQUIRED A. The Contractor is required to submit record drawings for the following: 1. Underground utilities including the location of lines and appurtanances. The actual size and types of material used shall be shown. Locations are to be shown by facility coordinates or dimensioned to permanent surface structures. Minimum requirements for accuracy specified in the following chart. .Description Horizontal Location Elevation Nato Site/facility CL +/ -1 ft CL +1 -0.1 ft Includes water and pressurized process lines except piping irrigation systems. Site/facility CL +/ -1 ft I.E., +/ -0.01 It Recalculate slope gravity piping If shown. and ventilation ducts Conduits, cables and duct banks at beginning and end of straight runs CL +/ -1 ft of cover to CL - Centerline T.O.C. - Top of Concrete I.E. • Invert Elevation nominal depth Show actual arrangement conduit, final cross - sections and grade or T.O.C. encasement width and elevations +/ -0.5 height for encased ft. duct banks. 2. The actual arrangement and routing of imbedded conduit and piping Is relative to its location and proportion to other work. The location does not need to be dimensioned or drawn to scale. 3. Electrical schedules and diagrams as follows: a. Conduit and cable schedules listing actual conduit sizes and routing along with the 01720 -1 T/M10.94 actual cables carried in each. Information is to be based on field cable pulling records. b. Electrical power and lighting panel schedules reflecting actual circuit assignments based on field work and functional verification. c. Electrical schematics and interconnection diagrams for field -wired control circuits, factory-wired equipment that has been field modified and Contractor - designed control systems. The drawings shall be accurate with respect to equipment numbers, connections between devices, cable and terminal numbers, and operational explanations. 4. Other drawings as may be required in the Specifications. B. Exposed electrical conduits and cable 1. Location referenced to visible building structure (beam, wall, etc.). 2. Complete with actual conduit and wire size and type. 3. Item 2.02A.3. C. Exposed piping and ventilation duct 1. Location referenced to visible building structure (beam, wall, etc.). 2. Complete with actual pipe and duct size. 2.03 MARKING A. Use water -proof red felt -tip pens to make changes on the drawings. Notations are to be neat, legible, clear and concise. 2.04 CAD DRAWINGS A. When Contractor drawings are prepared using computer -aided drafting (CAD) record drawings are to be provided in both electronic format (disk or tape) and on full -size prints. PART 3 EXECUTION 3.01 PROGRESS A. Record Information concurrently with the progress of construction. No work shall be concealed until the required information is recorded. 3.02 RECORDING CHANGES A. The following shall be recorded on the drawings for work listed in this Section: 1. Actual dimensions, arrangement and materials used when different than shown on the Drawings. 2. Changes made by Change Order or Field Order. 3. Changes made by the Contractor. 3.03 PAYMENT A. A percentage of applicable line item dollar values in the schedule of values shall be assigned as the value for preparation and submittal of record drawings. For work requiring record drawings per this Section, the line items and their corresponding percentages are as follows: Reference To of Paragraph Type of Work Line Value 2.02A underground utilities 2.02B electrical conduit and cable 2.02C piping and ventilation ducts 5% 5% 5% 01720 -2 T/M18.94 B. Record drawings must be maintained satisfactorily and the final submittals accepted prior to payment for record drawings. END OF SECTION 01720 -3 T/M 10.94 SECTION 01730 OPERATIONS AND MAINTENANCE INFORMATION PART1 GENERAL 1.01 SUMMARY A. This Section specifies operating and maintenance information. B. Related Sections: 1. Section 01027 - Schedule of Values 2. Section 01740 - Guarantees 3.. Section 01750 - Spare Parts. 1.02 SCOPE A. Where specified, operating and maintenance information shall be provided in accordance with Paragraph 00710 -4.02 and shall consist of the names and addresses of the manufacturer, the nearest representative of the manufacturer, and the nearest supplier of the manufacturer's equipment and parts. In addition, the following items of information shall be provided when applicable: 1. Lubrication Information: Shall consist of the manufacturer's recommendations regarding the lubricants to be used and lubrication schedule to be followed. 2 Control Diagrams: Shall show internal and connection wiring. 3. Installation and Startup Procedures: Equipment manufacturer's recommendations for installation, adjustment, calibration, and troubleshooting. 4. Operating Procedures: Equipment manufacturer's recommended step -by -step procedures for starting, operating, and stopping the equipment under specified modes of operation. 5. Preventive Maintenance Procedures: Equipment manufacturer's recommended steps and schedules for maintaining the equipment. 6. Overhaul Instructions: Manufacturer's directions for the disassembly, repair and reassembly of the equipment, and any safety precautions that must be observed while performing the work. 7. Parts List: Generic title and identification number of each component part of the equipment. 8. Exploded View or Plan and Section Views: Provided by the manufacturer if available. Detailed plan and section views of equipment shall be provided when exploded views are not available. All views will have detailed part callouts matching those callouts of the Parts List. 9. Specific Information: Where items of information not included in the above list are required, they shall be provided as described in the specification for the equipment. PART 2 PRODUCTS 2.01 MATERIALS A. Binders for final bound manuals shall be 3 -post type, with durable covers with metal piano hinges and locking slide bar assembly, and shall be capable of extending to a maximum 6 -Inch thickness. Multiple binders shall be similar and shall be National 98 -3001, Wilson -Jones Catalog Covers 564 -64LH, or approved equal. PART 3 EXECUTION 3.01 TRANSMITTAL PROCEDURE - PRELIMINARY A. Comply with the submittal requirements of Section 01300 when transmitting operations and maintenance (O &M) information for initial Engineer review and acceptance. 01730.1 T/M1S -94 B. Engineer - approval of O &M information will be so noted on the submittals when retumed to the Contractor. Only approved O &M information shall be compiled by the Contractor into the final bound sets. C. If manufacturer's standard brochures and manuals are used to describe operating and maintenance procedures, such brochures and manuals shall be modified to reflect only the model or series of equipment used on this project. Extraneous material shall be crossed out neatly or otherwise annotated or eliminated. D. Photocopies of manufacturer's standard brochures and manuals will not be approved for the final bound sets. Facsimile paper or photocopies of facsimile information will not be allowed. 3.02 TRANSMITTAL PROCEDURE - FINAL BOUND SETS A. Provide 5 copies of the approved specified operating and maintenance information. The information shall be organized in the binders in numerical order by the specification sections indicated in the Contract Documents. All brochures and manuals contained therein shall be appropriately labeled with the applicable equipment name and equipment number as it appears in the Contract Documents, and shall also indicate the Contract Specification section. B. Each binder shall include a table of contents, and shall be provided with tab sheets to permit easy location of the desired sections of the manual. C. Each binder shall contain an index which includes a complete equipment list in alpha- numerical order by the equipment numbers assigned in the Contract Documents. Each equipment number shall be cross - referenced to the applicable specification section tab located in the manuals. D. Each binder shall include a copy of Paragraph 01750 -3.03 Spare Parts Summary. END OF SECTION 01730.2 T/M1 5.04 SECTION 01740 GUARANTEES PART 1 GENERAL. 1.01 • SUMMARY A. This Section defines Contractor responsibilities and procedures to guarantee the equipment and facilities installed under this Contract. Requirements of this Specification do not release the Contractor from fullfilling those requirements as stated in Paragraph 00710 -4.11 of this Contract. Specific guarantees above and beyond the basic one -year guarantee are indicated in the technical Specification sections. B. Related Sections: 1. Section 01012 Section 01660 Section 01730 - Section 01750 - Section 01999 - Pre - Construction Schedule Parameters 2. - Facility Integration: Testing, Training, and Commissioning 3. Operation and Maintenance Information 4. Spare Parts 5. - Standard Forms 1.02 DETERMINATION OF GUARANTEE DATES A. Guarantee dates for those portions of the work made available to Metro for possession and use under the terms and conditions of Paragraph 00710-6.05 of this Contract shall be established at the time of availability provided that: 1. The possession and use of that portion of the work has been identified as a contractual milestone in Paragraph 01012 -1.04B of this Contract. 2. The procedures for Facility Integration have been fullfilled for that portion of the work as required in Section 01660 of this Contract. 3. O&M manuals have been received by the Engineer for that portion of the work as required in Section 01730 of this Contract. 4. Spare Parts have been turned over to Metro for that portion of the work as indicated in Paragraph 01750 -1.03 of this Contract. B. Owner - Fumished Equipment: None. C. Acceptance of the Project: Unless previous portions of the work have been accepted as indicated in Paragraph 01740- 1.02A, the guarantee dates shall be established as indicated in Paragraph 00710-4.11 upon acceptance of the work. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 DOCUMENTATION A. Guarantee dates and the duration of the guarantee period shall be recorded and submitted to the Engineer on the Guarantee Documentation Form 01740 -A as indicated in Section 01999. B. The guarantee information shall be documented by Specification section, in the sane order as presented in the operations and maintenance manuals. 01740 -1 T/M16 -94 C. Vendor information including point -of- contact, company name, company address, and company emergency phone number shall be included for applicable equipment and components of the facility. 3.02 GUARANTEE RESPONSE A. The Engineer shall be the point -of- contact for response to guarantee- related problems, during the one year guarantee period. The Engineer shall evaluate the problem, and initiate the guarantee response by the appropriate vendor or contractor. For special guarantees extending beyond the one year guarantee period, the Engineer shall contact the appropriate vendor directly, as identified on the Guarantee Documentation Form. Upon notification of need for guarantee response, the Contractor shall provide written notification to the Engineer, indicating scheduled time of response, so that Metro maintenance personnel may be scheduled to be on hand to provide assistance, and witness the repair. Guarantee work may only be undertaken on Mondays through Fridays, from 8:00 AM to 5:00 PM, unless the Engineer gives express written consent for the performance of the work at other times. - D. hems requiring guarantee response within the one year guarantee period, shall have a completely new guarantee period established from the time of repair. The Contractor shall provide written verification of the newly established guarantee period to the Engineer, upon completion of the repair. C. END OF SECTION SECTION 01750 SPARE PARTS PART 1 GENERAL 1.01 SUMMARY A This Section summarizes and identifies the individual technical Specification sections requiring spare parts, Divisions 2 through Divisions 17, and the requirements for identifying and transmitting those parts to Metro. More specific information pertaining to types and quantities of parts can be obtained from the individual Specification sections. B. Related Sections: 1. Section 01012 - Pre - Construction Schedule Parameters 2. Section 01027 - Schedule of Values 3. Section 01740 - Guarantees 1.02 STORAGE A. The Contractor shall be responsible for the storage and protection of spare parts and equipment required of this Contract, In accordance with Paragraphs 00710 -4.07 and 00710 -4.08 of this Contract. B. The spare parts shall be stored on pallets or shipping skids, and identified as follows: 1. The pallets or skids shall be sequentially numbered, by Contract number. Each pallet or skid shall have a single, unique numerical designation. (Example): CONTRACT NO. - T/F 36-86 SPARE PARTS IDENTIFICATION PALLET / SKID # - 003 2. Items or containers on each skid shall be alphabetically ordered and identified by a tag with the following Information. The containers or items on each pallet or skid shall always begin with "A ", and proceed in alphabetical order. (Example: If pallet #007 has five items on it, the items would be individually tagged and identified as 007 -A, 007 -B, 007 -C, 007 -D, and 007 -E.) CONTRACT NO. - T/F 36 -86 PALLET / SKID # - 003 CONTAINER OR ITEM # - D SPECIFICATION SECTION - 11320 - 2.06 EQUIPMENT I.D. - P510, P595 DESCRIPTION - ONE SET PUMP BEARINGS, GASKETS. ONE EACH PACKING SLEEVE,, - NOSE RING. SUCTION RING. 01750-1 T/M18.94 3. The information, as recorded on the tags, shall be in the same order in which the spare parts are turned over to Metro. Any reorganization of parts or containers on pallets must be reflected in accurate identification tags. Pallets, parts or equipment with inaccurate, incomplete, or missing tags, will not be accepted by Metro. 4. Spare Parts subject to deterioration such as ferrous metal items and electrical components shall be properly protected by lubricants or dessicants and encapsulated in hermetically sealed plastic wrapping. The quality of protection shall be equal to that required for shipment overseas and storage in humid, tropical climates. 5. Those spare parts with individual weights less than 50 pounds and dimensions less than 2' -0" W x 1' -6" H x 3' -0" L shall be stored in a heavy wooden box(es), with a hinged wooden cover. The hinges shall be heavy duty strap types. The box(es) shall be painted and identified with stenciled lettering indicating "Spare Parts ". A neatly typed inventory of the parts contained within shall be taped to the underside of the cover. The box(es) shall be identified as per Paragraph 1.02 -B2 above, and the parts description shall reference the typed inventory list taped to the cover. 6. The Contractor shall provide access to spare parts by Metro personnel, for inspection while in storage, as per the Preoperational Phase Inspections described in Section 01660 - Facility Integration. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 METRO ACCEPTANCE OF SPARE PARTS A. The Contractor shall provide the Engineer with two weeks written advance notification of intent to tum over ALL spare parts. The written notification shall be accompanied by a completed Spare Parts Release Form 01750 -A, as provided in Section 01999 - Reference Forms. B. The Contractor shall provide for the delivery and off- loading of spare parts at a Metro location, as determined by the Engineer. C. The Contractor and Engineer shall jointly inspect and verify the condition and quantities of the parts and equipment. Mutual agreement and signoff on the Spare Parts Release Form shall constitute Metro's acceptance of the parts. D. The spare parts may be delivered to Metro only upon completion of the operational testing phase of the project, and prior to issuance of Substantial Completion. The only exception shall be the acceptance of parts for that portion of the project accepted for posession and use by Metro prior to the substantial completion of the entire facility. 3.02 DOCUMENTATION A. The Contractor shall tum over 5 copies of the Spare Parts Release Form to the Engineer, upon tumover and acceptance of parts by Metro. B. The Spare Parts Release Form shall also be included and noted in the Table of Contents of each final -bound operations and maintenance manual released to the Engineer. 3.03 SPARE PARTS SUMMARY A. The following list Is a summarization of the spare parts requirements for this Contract. Reference the technical Specifications for detailed technical information conceming the spare parts required. 01750-2 T/M18.94 DIVISION PARAGRAPH Division 14 14400 -2.09 Division 15 15887 -2.07 END OF SECTION SECTION 01999 REFERENCE FORMS' PART 1 GENERAL 1.01 SUMMARY A. The forms listed below and included in this Section are referenced from other sections of the Contract Documents: Form No, Ma 01300 -A Submittal Transmittal Form 01660 -A System Equipment Checklist Form 01740 -A Guarantee Documentation Form 01750 -A Spare Parts Release Form 01999 -A Standard Form Format 11000 -A Manufacturer's Installation Certification Form 11000 -B Manufacturer's Instruction Certification Form 11060 -A Motor Data Form 16000 -A Wire and Cable Resistance Test Data Form 16000 -B Installed Motor Test Data Form 16000 -C Dry Transformer Test Form 16000 -D Motor Control Center Test Form 16000 -E Medium Voltage Starter Test Form 16000 -F Medium Voltage Switchgear Test Form 16000 -G Protective Relay Test Form 16000 -H Low Voltage Switchgear Test Form 16000 -1 Medium Voltage Load Interrupter Switch Test Form 16000 -J Neutral Grounding Resistor Test Form 17000 -A Control Circuit Piping Leak Test Form 17000 -B Miscellaneous Instrument Calibration Test Data Form 1.02 SCOPE A. The Contractor shall be responsible for the documentation forms for tests and evaluations required of the Contract that do not have specific forms identified. B. Contractor - generated forms shall follow the format established on Form 01999A contained herein. C. Completed copies of the appropriate forms will be included in the applicable system test packages specified in Paragraph 01660- 1.03B. 01999 -1 T/M18-94 PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. 9.1999 -2 T/M18-94 01999 -3 th f" f fiZ,y�>S^ ii v j Cqn :,,,,(9,,. S ,4y tk�y ;3. f � a° '4s.' ..�i. sou" 4 `, 1--T wa 4 D D kix. 1 .141,2, A +a CU d a I V 10 acv • ■ El ! 4 a) a U 0 `Cr t „a) z a) y . C) N , z z U ., 03 M 0 O to 1 m M g A U a z 01999 -3 W Vg i ,I5 1 gas . . CD a. gili t .0 '6 It Pi ° c4 5:1 M ° 5 mi. 1- RiA N A.- • bd V ° I-. . R.- qi al l" • n I t 11 b 1 vi ..x . % g .1- p i X. A A I3: • gi :: :.;* i 8 • .; . I• . ..''' ...1 ‚a HIHIIIIIIIIHIIIIIIIIIHIIHIIIIII . •:., r4 A. A . .' ..*: h 1 Z 1 A 41 W .:::„.: et.: g . . cy 9 w v 4 0 . 1 E b9 00 w . . r4 en v tri %0 I. me Ch " " " " " " .42 " " " g - ri 14AAPM:4•11Agr,r4MAAA::-., V. 1, 8 11 01999-4 46%METFICI Municipality of Metropolitan Seattle 821 Second Avenue, Seattle WA 98104 GUARANTEE DOCUMENTATION FORM Contract Number: System, Equip., START END or Area ID: DATE DATE Contact: Page of Company: Phone: General Contractor Representative Metro Super. Res. Engineer (phone #) Date Form 01740 A - Guarantee Documentation 01999 -5 CIMETRO Municipality of Metropolitan Seattle 821 Second Avenue, Seattle WA 98104 SPARE PARTS RELEASE FORM Contract Number: Pallet / Container / Equip. Skid No. Item No. I.D. No. Description Page of Place of Delivery: By: By: General Contractor Representative Metro Representative Form 01750 A - Spare Parts Release 01999 -6 Date: IlibP4METRO Project: Municipality of Metropolitan Seattle 821 Second Avenue, Seattle WA 98104 Contract Number: Title: Date: Form 01999 A 01999-7 11000 -A. MANUFACTURER'S INSTALLATION CERTIFICATION FORM: Contract No Specification Section: Equipment name: Contractor: Manufacturer of equipment item: A. The undersigned manufacturer of the equipment item described above hereby certifies that it has checked the installation of the equipment and that the equipment, as specified in the project manual, has been provided and installed in accordance with the manufacturer's recommendations and that the trial operation of the equipment item has been satisfactory. Comments: Date Manufacturer �. T/M18 -94 11000 -B. MANUFACTURER'S INSTRUCTION CERTIFICATION FORM: Contract No Specification Section; Equipment name: Contractor. Manufacturer of equipment item: The undersigned manufacturer certifies that a service engineer has instructed the wastewater treatment plant operating personnel in the proper maintenance and operation of the equipment designated herein. Manufacturer Signature of Authorized Representative Date Signature of Owner's Representative Date Signature of Contractor's Representative 01999.9 T/M18 -94 11060 -A. MOTOR DATA FORM: Equipment Equipment Name Numbers) Site Location payment KCDMS will prepare and submit invoices for claims under this warranty to the Supplier within 60 days of the occurrence of a deficiency. If the deficiency continues, further invoices will be submitted at approximately 30 -day intervals. Supplier shall pay invoices within 30 days of invoice receipt by certified mail. Repairs. Alterations and Additions KCDMS may make repairs to the system without voiding this warranty. KCDMS will not make alterations or additions to the system without the approval of the Supplier. KCDMS will submit by certified mail a description of any proposed alteration or addition to Supplier for consideration. Supplier shall respond within 14 days approving or rejecting the alteration or amendment. If Supplier fails to respond within the 14-day period, the Supplier shall be deemed to have approved of the alteration or amendment and KCDMS may proceed without compromising this warranty. (Supplier) 01999 -11 T/M18 -94 1. For the 3 years of operation, the cost of all belts, including belts presently installed, prorated, times the difference between the average belt life and the belt life specified in Section 11456- 1.02C. 2. For the next 17 years, the cost per year at the average hourly rate of press use during the first 3 years, multiplied by the average belt life, discounted at an annual rate of 8 percent. Notification KCDMS will notify the Supplier in writing by certified mail of any structural frame or roller failure within 14 days of an occurrence or of KCDMS' identification of an occurrence. Within 7 days, the Supplier shall initiate action to investigate and correct the failure. KCDMS will inform the Supplier of any charges against the belt life provisions of this warranty during the 10-day period prior to warranty expiration, in writing, by certified mail. PaUtment Any payment under this bond shall be delivered to KCDMS within 30 days following notification to the Supplier of charges. (Supplier) 01999 -12 T/M18.94 16000 -A. WIRE AND CABLE RESISTANCE TEST DATA FORM: Wire or Cable No.: Temperature, °F Insulation Resistance, Location of Test tnegohms 1. 2. 3. 4. 5. 6. 7. CERTIFIED Date Contractor's Representative WITNESSED KCDMS' Representative 01999 -13 T/M18.94 16000 -B. INSTALLED MOTOR TEST FORM: Motor Equipment Number Equipment Driven MCC Location Date of test Ambient temp °F Resistance: Insulation resistance phase -to- ground megohms: Phase A , Phase B, , Phase C Current at Full Load: Phase Current, amps Phase Current, amps Phase Current, amps Thermal Overload Device: Manufacturer /catalog # Amperes Circuit breaker (MCP) setting: Motor Nameplate Markings: Mfr Mfr type, Frame Volts _ Phase, Rpm_ "Service factor Amps Fregw Ambient temp rating °C Time rating "Design letter, (NEMA 1- 10.35) (NEMAMG -1.16) Code letter Insulation class. "Required for 3 -phase squirrel cage induction motors only. CERTIFIED Contractor's Representative WITNESSED KCDMS' Representative 01999 -14 T/M18 -94 16000 -C. DRY TRANSFORMER TEST DATA FORM: Equipment No. Temperature Location Winding: Primary Secondary A. Insulation- resistance test: The test shall be made with a megohmmeter at the test voltage for a period of 1 minute. Test results (megohmsl Nonage rating Test voltage phase, Phase 0 -600 1000 A -G R D. A -B 601 -5000 2500 B -G R D B -C 5000+ 5000 C -GRD C -A Resistance readings Tess than the manufacturer's recommended value or less than 10 megohms shall be brought to the attention of the Engineer. B. Dielectric- absorption test: The test shall be made with a megohmmeter at the test voltage for a period of 10 minutes. 1. Test results: phase Phase. (Megohms) A-GRD, A-B, B-GRD. B-C GGRD C-A 2. Polarization index: Ten minute reading One minute reading = polarization index (from paragraph "A" above) pass Phase A GAD A B 13GGRD B-C CAD C-A Polarization index values less than 2 shall be brought to the attention of the Engineer. CERTIFIED Contractor's Representative Date WITNESSED Date ' KCDMS' Representative 01999.15 T /M1BB -9b 16000 -D. MOTOR CONTROL CENTER TEST FORM: Equipment No. Ambient room temperature Location A. Mechanical check: All bolted connections either bus -to -bus or cable -to -bus shall be torqued to the manufacturer's recommendations. B. Electrical tests: 1. Measure Insulation resistance of each bus section phase to phase and phase to ground for 1 minute using a megohmmeter at 1,000 volts. Test results (megohms) Phase phase ACRD A B B.GRD B -C C{aRD C-A 2. Set the circuit breaker in the starter unit to comply with the requirements of NEC, Article 430 -52 and Table 430 -152. 3. Motor overload heater elements shall be sized and installed based on the actual nameplate full bad amperes of the motor connected to the starter. CERTIFIED Contractor's Representative WiINESSED Date KCDMS' Representative 01999-16 T/1118.94 16000 -E. MEDIUM - VOLTAGE MOTOR STARTER TEST FORM: Equipment No. Location Room Temperature The protective devices shall be set in accordance with the Specification before the tests are performed. 1. Measure contact resistance (micro -ohms) Phase: A B C Contacts shall be replaced if resistance exceeds 50 micro-ohms. 2. Perform an insulation resistance test (1,000V DC for 1 minute). Phase, A @ Pole -to- ground megohms Across - open -pole megohms Pole -to -pole AB BC Cq megohms 3. Perform minimum pickup voltage tests on trip and close coils. 4. Motor RTDs shall be tested by using a hot oil bath. The temperature at which the sensor trips shall be recorded for each RTD. 5. The contactor shall be tripped by operation of each protective device. 01999-17 T/M18.94 16000 -F. MEDIUM - VOLTAGE SWITCHGEAR TEST FORM: Equipment No. Location Room Temperature The protective devices shall be set in accordance with the specification before the tests are performed. 1. Measure contact resistance (micro -ohms) Phase: A B C. Contacts shall be replaced if resistance exceeds 50 micro-ohms. 2. Perform an insulation resistance test (1,000V DC for 1 minute). Phase A a Pole -to- ground megohms Across- open -pole megohms Pole -to -pole AB SC CA megohms 3. Perform minimum pickup voltage tests on trip and close coils. 4. Verify the instrument transformer ratios. Check the transformer's polarity electrically. 5. The contactor shall be tripped by operation of each protective device. 01999 -18 T/M18-94 The results shall be recorded and signed. A copy shall be given to the Engineer in accordance with Paragraph 16000 - 1.056. 01999 -19 T/M18.94 16000 -H. LOW- VOLTAGE SWITCHGEAR TEST FORM: Equipment No. Location Room Temperature The protective devices shall be set in accordance with the specification before the tests are performed. 1. Measure contact resistance (micro-ohms) Phase: A B C Contacts shall be replaced if resistance exceeds 50 micro-ohms. 2. Perform an insulation resistance test (1,000V DC for 1 minute). Phase Pole -to- ground Across - open -pole Pole -to -pole AB A BG megohms megohms megohms 3. Minimum pickup current shall be determined by primary current injection. 4. Long time delay shall be determined by primary Injection at 300 percent pickup current. 5. Short time pickup and time delay shall be determined by primary injection of current. 6. Instantaneous pickup current shall be determined by primary injection. 7. Trip unit reset characteristics shall be verified. 8. Auxiliary protective devices, such as ground fault or under voltage relays, shall be activated to insure operation of shunt trip devices. 01999 -20 T/M18 -94 16000 -1. MEDIUM- VOLTAGE LOAD INTERRUPTER SWITCH TEST FORM: Equipment No. Location Date 1. Measure switch blade resistance (micro- ohms). Phase: A B C Contacts shall be replaced If resistance exceeds 50 micro -ohms. 2. Perform an insulation resistance test (1,000 volts DC for 1 minute). Phase Pole -to- ground Across - open -pole Pole -to -pole A8 A megohms megohms CA megohms The results shall be recorded and signed. A copy shall be given to the Engineer in accordance with Paragraph 16000 - 2.068. CERTIFIED Contractor's Representative WITNESSED KCDMS' Representative Date . T/M18 -94 16000 -J. NEUTRAL GROUNDING RESISTOR TEST: Equipment No. Location The pickup and time delay setting on the ground fault relay shall be set in accordance with Section 16431. 1. The transformer neutral insulation resistance shall be measured with and without the grounding resistor connected to insure no parallel ground paths exist. 2. The protective relay pickup current shall be determined by injecting test current into the current sensor. The pickup current should be within 10 percent of the dial setting. Record the dial setting and actual pickup tie. 3. The relay timing shall be tested by injecting 150 and 300 percent of pickup current into the current sensor. The relay timing shall be in accordance with the manufacturer's published time - current characteristic curves. Record the relay timing at 150 and 300 percent of pickup current. 4. The circuit interrupting device shall be operated by operating the relay. The results shall be recorded and signed by the Contractor and Engineer. A copy shall be given to the Engineer in accordance with Paragraph 16000- 2.06B. 01999-22 T/M18.94 17000 -A CONTROL CIRCUIT PIPING LEAK TEST FORM: Loop No.: List tubing associated with loop in table below. Make applicable measurements after isolating any air consuming pilots from circuit. Tubing Tube Equivalent Length Test Period No. of 1/4 -1nch Coppera (seconds) Permitted Measured Pressure Drop Pressure Drop (psi)b (psi) A B C D etc. a Convert actual tubing and air motor volume to equivalent 1/4 -inch copper tubing. b Pressure drop shall not exceed 1 psi per hundred feet 1/4 -inch tubing per 5 seconds. CERTIFIED Contractor's Representative WITNESSED KCDMS' Representative • 01099-23 T /M1B -94 17000 -B. MISCELLANEOUS INSTRUMENT CALIBRATION TEST DATA FORM: (For instruments not covered by any of the preceding test forms, the Contractor shall create a form containing all necessary information and calibration procedures.) CERTIFIED Contractor's Representative WITNESSED Dade KCDMS' Representative 01999 -24 T/M18.94 SECTION 02050 DEMOLITION, EQUIPMENT SALVAGE, CUTTING AND PATCHING PART 1 GENERAL 1.01 DESCRIPTION A. This Section specifies demolition, equipment salvage, cutting and patching. 1.02 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Schedule of work contemplated. 2. Coordination and rescheduling as required to preclude interference with other operations. 3. Shop drawings when items of matching and repairing require drawings to allow clarification of intent. 4. Certified documents showing the final destination and legal disposal of the removed materials, associated piping and appurtenances. 1.03 QUALITY ASSURANCE A. Qualifications of Contractor(s): firms or individual trades qualified to perform work required under this Section. 1.04 SALVAGE DISPOSITION, STORAGE AND HANDLING A. Salvage items: Salvage items designated for KCDMS's salvage as a unit. Clean, list, tag for storage. Protect from damage and deliver to locations designated. Salvage each item with auxiliary or associated equipment required for operation. 1. Items to be salvaged include: a. None. B. Disposal: Dispose of items or materials not designated for KCDMS's salvage or reuse. Promptly remove from site. Do not store or sell Contractor salvaged items or materials on site. 1.05 JOB CONDITIONS A. Remove equipment in a manner that protects adjacent equipment and piping. If chipping of concrete is required, the work shall be done in a manner that contains and exhausts concrete dust to a bag filter or other means of complete containment and capture. Repair or replace property that is damaged. B. Obtain approval of authorities having jurisdiction for work which affects existing exitways, exit stairs, means of egress, or access to or exit from such areas. Review with and obtain approval of authorities for temporary construction which affects such areas. Special attention is directed to approvals by fire authorities. PART 2 PRODUCTS Not used. 02050-1 T/M18 -94 PART 3 EXECUTION 3.01 GENERAL A. Notify the Engineer prior to beginning salvage work so that the proper salvage items are identified and the condition of the salvage item and adjacent equipment, piping and structures can be documented. The Engineer may elect to have any items on the salvage list removed and disposed of by the Contractor, rather than being salvaged, at no additional cost to KCDMS. 3.02 OPERATION PROCEDURES A. Start and complete work in order or precedence as established by approved schedule. Operational procedures and sequence of work optional with Contractor provided they do not infringe upon or violate schedule. B. Execute work to protect occupants from injury and discomfort. Provide protection to persons and property. Conduct operations to ensure minimum interference with roads, walks, entrances, exits, and other adjacent occupied facilities. C. Provide substantial barricades and safety lights as required. Provide temporary dustproof partitions where indicated or necessary to prevent infiltration of dust into occupied areas. 3.03 CUTTING AND REMOVAL A. Disconnect, cap and identify designated utilities within demolition areas. B. Neatly cut and remove materials, and prepare openings to receive new work. Runoff water from cutting concrete shall not be allowed to enter storm drains or local water bodies. C. Take precautions necessary to prevent damage to existing remaining work or to adjacent facilities. Execute work using methods which will prevent interference with use of remaining and adjacent facilities by KCDMS. 3.04 MATCHING AND PATCHING A. Where items are removed from existing walls, ceilings, floors or partitions to remain, repair wall, ceiling, floor or partition disturbed by removal. B. Where walls, ceilings, floors or partitions are removed, repair abutting wails, ceilings or floors disturbed by removal. C. Where existing construction Is cut or otherwise disturbed to permit installation of new work, match and patch existing disturbed construction. D. Use methods and materials similar in appearance, and equal in quality to areas or surfaces being repaired. E. Methods, materials, and finished work are subject to review by the Engineer. F. Remove areas, surfaces or items which cannot be satisfactorily matched and patched. Replace at no additional expense to KCDMS. 3.05 MATERIALS ABANDONED IN PLACE A. Hydaulic lines abandoned in place. Flush clean with solvent, dry, cap and abandon. B. Waste and industrial waste lines. Flush, dry, cap and abandon. C. Vehicle exhaust piping. Notify KCDMS per Section 01035. 02050 -2 T/M18-94 3.06 CLEANUP A. Remove debris, rubbish, and materials resulting from cutting, demolition or patching operations. Do not bum or bury materials on site. B. Transport materials and legally dispose of off site. Leave site in clean condition. END OF SECTION ' 02050-3 T/M18-94 SECTION 02140 DEWATERING PART 1 GENERAL 1.01 SUMMARY A. This Section specifies the definition, responsibilities, and execution for dewatering. B. Dewatering shall consist of the design, furnishing, installation, operation, maintenance and removal of a dewatering system(s) to achieve proper completion of all work performed under this Contract. C. Furnish, install, operate and remove any and all additional machinery, appliances and equipment necessary to keep excavations free from water during construction, and shall dewater and dispose of the water so as not to cause injury to public or private property, or to cause a nuisance or a menace to the public. The Contractor shall at all times have on hand sufficient pumping equipment and machinery in good working condition for all ordinary emergencies, Including power outage and flooding, and shall have available at all times competent workers for the continuous and successful operation of the dewatering, recharge and monitoring systems. These systems shall not be shut down between shins, on holidays, or weekends, or during work stoppage without written permission from the Engineer. D. The control of groundwater shall be such that softening of the bottom of excavations, or formation of "quick" conditions or "boils" during excavation shall be prevented. Dewatering systems shall be designed and operated so as to prevent removal of the natural soils. Maintain water levels a minimum of 2 feet below the bottom of all excavations at all times and under all conditions. E. During excavating, construction of structures, installing of pipelines, placing of gravel working base, structure and trench backfill, the placing and setting of concrete, and prior to the acceptance of the work or any portion of the work, excavations shall be kept free of water. Control surface runoff so as to prevent entry or collection of water in excavations or in other isolated areas of the site. The dewatering system shall be designed using accepted and professional methods of design and engineering consistent with the best modem practice. The dewatering system shall include any deep wells, welipoints, sumps, and other equipment, appurtenances, and related earthwork necessary to perform the function. Employ the services of a subcontractor who is generally acknowledged as experienced in the field of dewatering design, installation, operation and maintenance. Visit the site to determine the existing conditions thereof. F. Before dewatering is started, obtain acceptance by the Engineer for the method, installation and details of the dewatering system it proposes to use. Open and cased sumps shall not be used for excavations deeper than 3 feet below the static water level. G. Acceptance by the Engineer of the method, installation and operation and maintenance details submitted by the Contractor shall not in any way be considered to relieve the Contractor from full responsibility for errors therein or from the entire responsibility for complete and adequate design and performance of the system in controlling the water level in the excavated areas and for control of the hydrostatic pressures to the depths hereinbefore specified. The Contractor shall be solely responsible for proper design, installation, proper operation, maintenance, and any failure of any component of the dewatering system for this Contract. 02140-1 T/M18-94 1.02 DESIGN REQUIREMENTS AND SUBMITTALS A. Within 14 days of notice to proceed, submit for review and approval by the Engineer drawings and complete design data showing methods and equipment it proposes to utilize in dewatering, including relief of hydrostatic head, and in maintaining the excavation in a dewatered and in a hydrostatically relieved condition. Limit its dewatering efforts to localized areas for specific structures. Large areal dewatering will not be permitted in excess of that provided by KCDMS - provided system. As a minimum, provide the following submittals in accordance with Section 01300: 1. Drawings indicating the location and size of berms, dikes, ditches, all deep wells, monitor wells, well points, sumps, vacuum and discharge lines. 2. Capacities of pumps, prime movers, and standby equipment. 3. Design calculations proving adequacy of system and selected equipment. 4. Detailed description of the dewatering schedule, operation, maintenance, and abandonment procedures. B. Approval by the Engineer of the drawings and data submitted by the Contractor shall not in any way be considered to relieve the Contractor from full responsibility for errors therein. C. The development, drilling, and abandonment of all wells shall comply with Washington State Department of Ecology (DOE) requirements (Chapter 173 -160 WAC). PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 DISCHARGE POINTS 3.02 ELECTRICAL SUPPLY FOR INSTALLATION OF DEWATERING SYSTEMS A. The electrical service used for dewatering shall be supplied by the Contractor and shall be separate from all other Contractor electrical requirements and dedicated solely to the operation of the dewatering systems. 3.03 DEWATERING SYSTEM PROTECTION A. The Contractor shall be responsible for taking all reasonable precautions necessary to insure continuous, successful operation of the system. This includes adequate marking of all well, pump and pipeline locations. Wherever dewatering wells, vacuum headers or discharge lines shall be crossed for access and egress, steel ramps shall be used to protect the system from vehicular traffic. All ramps shall be capable of supporting the heaviest equipment on site and shall provide at least one foot of clearance between the dewatering system element and the 02140 -2 T/M18 -S4 underside of the ramp. All vehicular access points across the dewatering system shall be clearly identified with brightly colored or flagged 8 -foot high poles on each side of the access point. All ramped pipelines shall be valved on both sides of the ramp. Routings affecting normal plant operations, including regular vehicular traffic patterns within, into and out of the plant site, must be approved before installation. 3.04 FILTER MATERIAL A. For wells and wellpoints the gravel pack fitter material shall be clean, rounded, washed select silica gravel free from silt, clay and other deleterious material. The gravel pack sizes shall be determined by the Contractor. The gravel pack shall be designed to maximize the flow of water into the wells and minimize the amount of fine grained material removed from the formation. The fitter grain size shall be determined by taking 70 percent retained grain size of the producing formation to be filtered and multiplying it by 4, 5 or 6. This is the 70 percent retained grain size of the filter material to be used. The uniformity coefficient (the size of sieve that retains 40 percent of the sample dividedby the size that retains 90 percent) shall not be greater than 2.5. The gradation of the filter material shall form a smooth and gradual grain size distribution curve when plotted. Utilize information from the soils investigations to determine the grain size of the filter pack; however, the Contractor shall be prepared to alter (at no extra cost) the sizes of gravel pack material as necessary in accordance with the grain size distribution of the materials encountered during installation of the dewatering system. Submit documentation in support of its filter grain size determination. B. Furnish sufficient gravel for initial gravel packing of the well and such additional gravel as the well may take during development. Fumish a certificate of gravel pack material quality and gradation prior to having gravel delivered to the site. C. Approval by the Engineer of the Contractor's selection of gravel pack in no way relieves the Contractor of its responsibility for designing and installing wells or wellpoints which do not adequately protect foundation soils from fines removal. 3.05 WELL DEVELOPMENT A. All wells and wellpoints shall be developed after installation to remove all fines from jetting, drilling and construction. Development discharge must be disposed of separately from existing dewatering discharge. Develop the wells until the sand content of the discharge water does not exceed 10 parts per million (ppm) as determined by a centrifugal sand separating meter such as described in Joumal AWWA, 46:123 (February 1954) (Rossum SAND TESTER), or equivalent. 3.06 FORMATION PROTECTION A. Design and construct the dewatering system such that foundation soils natural or engineered will not be subject to fines removal upon pumping. Monitor discharge from all parts of the system to insure that the sand content of the discharge water does not exceed 10 ppm as determined by a Rossum Sand Tester, or equivalent. Provide all of the equipment and fittings for monitoring sand content. The Contractor shall take sand content measurements in the presence of the Engineer's representative. Provide the Engineer with 24 hours notice prior to taking measurements. Monitoring for sand content shall be performed for each dewatering discharge on a weekly basis. 3.07 STANDBY EQUIPMENT A. Maintain on site sufficient equipment and materials to insure continuous and successful operation of the dewatering, recharge and monitoring systems. B. One hundred percent standby electrical generating capacity shall be required if submersible/turbine pumps are used. 02140 -3 T/M18-94 C. Each diesel or electrically- powered centrifugal pump shall be manifolded to a diesel pump of equal or greater performance capability. Standby pumps shall be fueled and operational at all times. All standby centrifugal pumps and generators shall be tested daily to insure their immediate availability. D. Maintain on site a minimum of 60 feet of each size and type of header or discharge pipe used in the system. A sufficient number of valves, tees, elbows, connections, tools, recorder charts and parts or other system hardware shall be maintained on site to insure immediate repair or modification of any part of the system as necessary. 3.08 MONITORING SYSTEM A. Continuous drum recordings shall be changed as required and the originals submitted to the Construction Manager. Insure that an accurate and continuous record of water level and flow information is maintained. Consistency is an important factor in insuring that water level data are accurate; therefore, the Contractor shall assign and make known to the Engineer specific member(s) of its work force responsible for collecting and reporting the required information. B. Monitor wells within excavations may be removed and replaced as the work requires; however, the Contractor shall be held responsible for the water level information provided by those wells and any consequences stemming from the lack of that information. Monitor wells shall consist of a minimum 6 -inch diameter drilled or jetted hole 30 feet deep. A washed concrete sand or gravel packed wellpoint shall be installed to the directed depth. The well shall be sealed with a cement grout or bentonite plug well seal and an orange 6 -inch diameter PVC surface casing installed. All monitor wells shall be marked by an adjacent minimum 6 -foot orange pole or flag. C. Install any additional monitor wells it deems necessary to adequately monitor groundwater levels. The Contractor shall be responsible for numbering and obtaining location coordinates and ground surface elevations for all monitor wells. Measuring points on wells shall be permanently marked and elevations surveyed. All monitoring information will be reported to the Engineer in a timely fashion. D. In -line McCrometer flowmeters or equivalent shall be required on all dewatering system discharge pipes. Where diversions of discharge occur, additional flowmeters shall be required to insure that all water pumped from excavations is metered. Meters shall show gallons per minute and total flow passing through the meter. All meters shall be installed to manufacturer's specifications and calibration documentation shall be submitted. Submit to the Engineer on a daily basis: the location and number of dewatering wells in operation, total flow indicated on the flowmeters, and the rate of flow at the time of recording. 3.09 DAMAGES A. The Contractor shall be responsible for and shall repair without cost to the KCDMS any damage to work in place, other contractors' equipment, and the excavation, including damage to the bottom due to heave and including removal of material and pumping out of the excavated area, that may result from its negligence, inadequate or improper installation, maintenance and operation of the dewatering system, and any mechanical or electrical failure of the dewatering system. 3.10 MAINTAINING EXCAVATION IN DEWATERED CONDITION A. Subsequent to completion and acceptance of all work in the excavated area, the Contractor shall maintain the dewatering systems in operation until such time as a written directive to cease operations has been received from the Engineer. System maintenance shall include but not be limited to 24 -hour supervision by personnel skilled in the operation, maintenance, and replacement of system components; standby and spare equipment of the same capacity and quantity as specified in the paragraph entitled "Standby Equipment "; and any other work required to maintain the systems. Dewatering shall be a continuous operation and interruptions 02140 -4 T/M18 -94 due to outages or any other reason shall not be permitted. The Contractor shall be responsible for all damages to accepted work in the excavation area and for damages to any other area caused by its failure to maintain and operate the system as specified above. 3.11 AVAILABLE SOIL TEST DATA A. Soils investigation data are available for review at the KCDMS' offices. Use of this information in no way relieves the Contractor from its responsibility for design, construction, and operations of a properly functioning dewatering system. Any additional testing or pumping the Contractor may wish to perform in order to assure itself of being able to provide a properly functioning dewatering system shall be at the Contractors own cost. 3.12 SYSTEM REMOVAL A. Upon written authorization of the Engineer, the Contractor shall remove from the site all dewatering system elements with the exception of those monitor wells so designated by the Engineer. Assume ownership and responsibility for the disposal of all dewatering pumps, pipes and other assorted system hardware. Remove and abandon all wells In accordance with Chapter 173 -160 WAC. Employ the services of a licensed water well contractor for the well abandonment. B. Abandonment shall include at a minimum: pressure injection of a bentonite /cement grout slurry into the void spaces of the gravel pack and removal of the well casings. After removing the well casings, the holes should be topped off with a bentonite /grout and gravel mixture. Ensure that the bentonite or grout penetrates all of the voids in the gravel pack. During abandonment, the Contractor shall not interfere with plant operations. After abandonment, landscape each abandoned well site to match the surrounding environment (e.g., grass, pavement concrete, unclassified fill, etc). END OF SECTION 02140.5 T /OM1S.94 SECTION 02160 SHEETING, SHORING AND BRACING PART 1 GENERAL Safety Code and the rules of the WiSHA Department of Labor and Industries with respect to excavation and construction. 2. Detailed excavation support drawings. 02160 -1 T/M18 -94 PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 GENERAL ..; A. The construction of sheeting, shoring, and bracing shall not disturb the state of soil adjacent to the trench or excavation and below the excavation bottom. Sheeting, shoring and bracing shall be removed after placement and compaction of initial backfill, except as noted otherwise. 02160-2 TIM18-94 SECTION 02200 EARTHWORK PART 1 GENERAL 1.01 SUMMARY A. This Section specifies earthwork which consists of excavation, filling, grading and excess material control. Work shall be accomplished in the dry. Fill materials and filter fabric are also included in this Section. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In case of conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail. Reference Title AASHO T176 Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test ASTM C136 Method of Test for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D1556 Method of Test for Density of Soil in Place by the Sand -Cone Method ASTM D1557 Method of Test for Moisture - Density Relations of Soils, Using 10 Lb (4.5 kg) Rammer and 18 In. (457 mm) Drop ASTM D3017 Method of Test for Moisture Content of Soil and Soil Aggregates In Place by Nuclear Methods (Shallow Depth) ASTM D422 Method of Test for Sieve or Screen and Hydrometer Analysis of Fine and Coarse Aggregates 1.03 DEFINITIONS A. Compaction: The degree of compaction is specified as percent compaction. Maximum or relative densities refer to dry soil densities obtainable at optimum moisture content. B. Excavation slope: Defined as an inclined surface formed by removing material from below existing grade. 1.04 SUBMITTALS A. Submit the following in accordance with Section 01300: 1. Samples of all imported fill materials to be used shall be submitted 30 days in advance of use. Samples shall consist of 0.5 cubic feet of each type of material. 02200 -1 T/M18 -94 1.05 QUALITY ASSURANCE A. Tests: 1. The Engineer will take samples and perform moisture content, gradation, compaction, and density tests during placement of backfill materials to check compliance with the Specifications. The Contractor shall remove surface material at locations designated by the Engineer and provide such assistance as necessary for sampling and testing. The Engineer may direct the Contractor to construct inspection trenches in compacted or consolidated backfill to determine that the Contractor has complied with the Specifications. Testing by the Engineer does not relieve the Contractor of its res- ponsibility to determine to its own satisfaction when and if its work meets the Specifications. Payment for inspection trenches shall be as specified in Paragraph 00710 -4.05. 2. Tests will be made by the Engineer in accordance with the following: Jest Moisture content Gradation Density in -place Moisture - density relationships PART 2 MATERIALS 2.01 FILL MATERIALS Standard Procedure ASTM D3017 ASTM C136, D422 ASTM D1556 ASTM D1557 A. Type A: 1. Material (pit run) shall be a select granular material free from organic matter and of such size and gradation that the specified compaction can be readily attained. Material shall have a sand equivalent value of not less than 20 and shall conform to the following gradation: U.S. Standard Sieve Size 3 inches 1 -1/2 inches No. 4 No. 10 No. 40 No. 100 No. 200 Percent by Weight Pass na 100 95 -100 35 -80 10 -70 0 -50 0 -30 0 -5 (wet sieving) 2. The coefficient of uniformity shall be 3 or greater. 3. The material may be an imported quarry waste, clean natural sand or gravel, select trench excavation or a mixture thereof. B. Type B 1. Material shall be a clean gravel -smut mixture free from organic matter and shall conform to the following gradation: U.S. Standard Sieve Size Percent bk eight P-assina 3 Inches 1 -1/2 Inches No. 4 No. 10 100 95 -100 35 -100 10 -100 02200-2 T/M18-94 No. 40 No. 100 No. 200 0 -60 0 -30 0 -10 C. Type C: Material shall be granular material commonly known as pea gravel and shall conform to the following gradation: U,S. Standard Sieve Size Percent by Weight Passing 3/4 -inch 100 3/8 -inch 95 - 100 No. 8 0 - 5 D. Type D: 1. Material shall be a clean, washed, well graded rock commonly known as drain rock and shall conform to the following gradation: U.S. Standard Sieve Size Percent by Weight Passing 1 -1/2 inches 3/8 -inch 100 0 -2 2. Material shall be composed of hard, durable, sound pieces having a specific gravity of not less than 2.65. E. Type E: Material shall be select structural fill. Structural fill shall be an imported, well- graded sand and gravel, free of organic debris and other deleterious material, shall conform to the following gradation: U.S. Standard Sieve Size Percent by Weight Passing 2 -1/2 inches 100 3/4 -inch 60 - 100 No. 4 0 - 80 No. 10 0 - 35 No.100 0 -30 No. 200 0 - 5 (wet sieving) F. Type F: Material shall be foundation drain filter. Foundation drain filter shall be well - rounded rock conforming to the following gradation: U.S. Standard Sieve Size Percent by Weight Passing 4 inches 100 3 inches 80 - 100 1 -1/2 Inches 40 - 90 1 inch 20 - 65 3/4 -inch 5 - 50 3/8 -inch 0 -15 2.02 FILTER FABRIC A. The filter fabric shall be a woven polypropylene, monofilament yam. The fabric shall be inert to biological degradation and shall be resistant to alkalises and acids found in soils. The base plastic shall contain stabilizers and inhabiters to make the fabric resistant to ultraviolet radiation. The filter fabric shall also meet the following physical properties: 02200-3 T/M18 -94 Description Minimum thickness Minimum weight Minimum grab strength Minimum Mullen burst Coefficient of water permeability Equivalent opening size a Using constant rate equipment. ASTM D1777 ASTM D3776 ASTM D1682a ASTM D3786 CFMC GET -2 CWO 2215 B. The filter fabric shall be Mirafi 700X, or approved equal. PART 3 EXECUTION 3.01 GENERAL Hesult 19 mils 190z/sy 500 lbs x 300 Ibs 500 psi 0.02 cm/second 70 U.S. standard sieve A. Control of water: 1. Keep excavations free from water during construction. The static water level shall be drawn down a minimum of 2 feet below the bottom of excavations to maintain the undisturbed state of natural soils and allow the placement of pipe and fill to the specified density. Disposal of water shall be in accordance with Section 01560, 1.06 "Disposal of Drainage and Pumped Water". Have on hand pumping equipment and machinery in good working condition for emergency and shall have workers available for its operation. Dewatering systems shall operate continuously (24 hours per day, 7 days per week) until backfill has been completed to 1 foot above the normal static groundwater. B. Overexcavation: Where the undisturbed condition of natural soils is inadequate for support of the planned construction, the Engineer will direct the Contractor to overexcavate to adequate supporting soils. The excavated space shall be filled to the specified elevation with backfill. The overexcavated space under footings may be filled with Type B concrete. The quantity and placement of such material will be paid for as extra work. C. Excavated material 1. Unless otherwise specified, suitable excess excavated material (fill) shall be disposed of in the spoil areas shown and as directed by the Engineer. Select structural fill removed for structural excavation or final grading or paving shall be stockpiled outside of the existing structural filled area. Unsuitable excavated materials such as peat shall be disposed of off -site unless otherwise directed by the Engineer. 2. The Contractor shall satisfy itself that there is sufficient material for the completion of the embankments before disposing of material inside or outside the site. Shortage of material caused by premature disposal of material by the Contractor shall be replaced by the Contractor at its own expense. 3. Surplus excavated material shall be disposed of off -site immediately after excavation by the Contractor, at the Contractor's expense, in accordance with applicable ordinances and environmental requirements. 4. Material shall not be stockpiled on the existing structural filled area. In addition, material shall not be stockpiled to a depth greater than 5 feet above foundation grade, within 25 feet of any excavation or structure. Use construction methods which preserve the stability of the soil adjacent to the excavation. 5. Materials stockpiled for reuse must be protected from wind or rain erosion, by covering with tarps or other effective methods. 02200 -4 T/M18 -94 D. Borrow material:, If the quantity of acceptable material from excavation is not sufficient to construct the embankments required by the work, the quantity of material needed to complete the embankments shall be available from the spoils area as directed by the Engineer. E. Hauling and traffic patterns: 1. When hauling is done over highways or city streets, the loads shall be trimmed and the vehicle shelf areas shall be cleaned after each Loading. The loads shall be watered after trimming to minimize dust. 2. Maintain traffic pattems in the existing structural filled areas which preserve the stability of the soil under all future structural foundations or paved areas. F. Fitter fabric: 1. Filter fabric shall be installed in the following locations: Around gravel base foundations for hydraulic lifts at Atlantic Base. 2. The fitter fabric shall be installed above the existing subgrade as shown. Joints shall be formed at edges and ends of the rolls by overlapping the filter fabric a minimum of 1 -1/2 feet. 3.02 CLASSIFICATION OF FILL A. Fill material shall be placed in horizontal layers and compacted with power operated tampers, rollers, idlers, or vibratory equipment. Material type, maximum layer depth, relative compaction, and general application are specified in Table A below. Unless otherwise specified, f111 classes shall be used where specified in Table A under general application. TABLE A, FILL CLASSIFICATIONS Maximum Minimum Minimum Uncompressed Relative Fill Material Layer Depth, Compaction, Qiaaa: Tripe Inches Percent General Appli^, cation Al A 8 95 Slabs on grade (other than specified for Class E1. A2 A 8 95 Pipeline bedding. B1 B 8 95 Structure backfill. C1 C — 95 Bedding for single pipes in confined trenches. D1 El F1 D E F 8 Bedding and backfill around foundation drain pipes and 6 -inch course directly under slabs for structures. 95 Fill under slabs where shown. Alternative foundation drain pipe bedding and backlit!. a Compaction of layers shall be accomplished in 2 passes of equipment with complete coverage across the width of the field. 02200 -5 T/M1 8-94 3.03 EARTHWORK FOR STRUCTURES A. Structure excavation: 1. Except as otherwise shown or specified, any method of excavation within the work limits and easements shown may be used which, in the opinion of the Contractor, is considered best. At those locations, where the excavation extends below the static groundwater level, or the natural soils are saturated and of low strength, take whatever precautions are necessary to maintain the undisturbed state of the foundation soils at and below the bottom of the excavation. 2. Ground shall not be dug by machinery nearer than 3 inches from finished subgrade. The last 3 inches shall be removed without disturbing the subgrade. 3. The bottom shall not be more than 0.15 -foot above or below the lines and grades specified. If the elevation of structure excavation is not specified, the excavation shall be not more than 0.15 -foot above or below the elevation specified for fill material below the structure. Slopes shall vary no more than 0.5 -foot from specified grade unless the excavation is in rock where the maximum variation shall be 2 feet. 4. Should the excavation be carried below the lines and grades specified on the Drawings or should the bottom of the excavation be disturbed because of the Contractor's operations and require overexcavation and backfill, the Contractor shall refill such excavated space to the proper elevation in accordance with the procedure specified for backfill. 5. Unless otherwise specified, excavations shall extend a sufficient distance from wails and footings to allow for placing and removal of forms, installation of services, and for inspection, except where concrete is specified to be placed directly against excavated surfaces. B. Foundation treatment: Whenever structure excavation is substantially completed to grade, notify the Engineer, who will make an inspection of the foundation. No concrete or masonry shall be placed until the foundation has been inspected by the Engineer. The Contractor shall, if directed by the Engineer, dig test pits and make test borings and foundation bearing tests, the cost thereof will be paid as specified in legal and procedural documents and general conditions. C. Structure backfill 1. Unless otherwise specified, placement of fill materials shall be in accordance with Table A. 2. After completion of construction below the elevation of the final grade, and prior to backfilling, concrete forms shall be removed and the excavation shall be cleaned of debris. 3. Structure backfill shall not be placed until the subgrade portions of the structure have been inspected by the Engineer. No backfill material shall be deposited against concrete structures until the concrete has developed a strength of not less than 2,500 pounds per square inch in compression, or until the concrete has been in place for 28 days, whichever occurs first. 4. Backfill material shall be placed in uniform layers and shall be brought up uniformly on all sides of the structure. 5. Compaction of structure backfill shall be accomplished by using power- operated tampers, rollers, or vibratory equipment. Compaction within 2 feet of walls shall be performed with hand - operated vibratory compactors. 6. Unless otherwise specified, backfill around and above pipelines within the excavation line of any structure shall be the same as that specified for structures. 3.04 EARTHWORK FOR PIPELINES AND CONDUITS A. Earthwork for pipelines and conduits is specified In Table A and on the drawings. 02200 -6 T/M18 -94 3.05 SUBGRADE FOR PAVEMENT A. Fill shall be placed in accordance with Table A. The prepared subgrade shall be scarified to a depth of at least 12 inches and recompacted to at least 90 percent of the maximum density. END OF SECTION SECTION 02237 CONTROL DENSITY FILL PART 1 GENERAL 1.01 SUMMARY A. This Section specifies materials and installation for controlled density fill (CDF). CDF may be used at the Contractors option in lieu of imported backfill material and compacted structural fill. 1.02 QUALITY ASSURANCE A. References: This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference 11118 ASTM C94 Ready Mix Concrete ASTM C150 Portland Cement ASTM C618 Fly Ash and Raw or Calcined Natural Pozzolan ASTM E329 Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials As Used in Construction SED City of Seattle Standard Specification for Road, Bridge and Municipal Construction 1989 Edition; and the City of Seattle Standard Plans, 1991 Edition WSDOT /APWA Washington State Department of Transportation and American Public Works Association, Standard Specifications for Road, Bridge and Municipal Construction 1988 B. Testing: To demonstrate conformance with the specified requirements for controlled density fill, Metro will provide the services of an independent testing laboratory which complies with the requirements of ASTM E329. The testing laboratory shall sample and test controlled density fill as specified in this Section. The cost of testing laboratory services will be as per Section 01410. 1.03 SUBMITTALS A. The Contractor shall provide certified copies of gradation and analysis of granular materials, the source of material, producer's name and certification by independent laboratory. PART 2 PRODUCTS 2.01 MATERIALS A. Portland Cement: ASTM 0150, Type I or II. B. Minimal Filler ( Pozzolan): Fly ash conforming to ASTM C618, Type Class F or Class C. C. Aggregate. 1. Coarse: WSDOT /APWA 9- 03.1(3)C, No. 4 or 5. 2. Fine: WSDOT /APWA 9- 03.1(2)B, Class 1. 02237 -1 T/M18 -94 D. Water: Water shall be clear and free from injurious amounts of oil, acid, salt, alkali, organic matter or other deleterious substances. 2.02 MIX DESIGN A. CDF she(' be used in the following proportions for 1 cubic yard. Batch weights may vary depending on the specified weights of aggregates: 1. Portland Cement 42 Ibs /yd3 2. Fly ash 250 Ibs/yd3 3. Coarse aggregates 1,900 Ibs /yd3 4. Plain aggregate 1,800 ibs/yd3 5. Water Amount for 3 inch- 6 inch slump B. The CDF shall provide a minimum 28 day compressive strength of 100 psi. PART 3 EXECUTION 3.01 MIXING A. The CDF shall be transit mixed in accordance with the provisions of ASTM C94. 3.02 PLACING A. Prior to placing CDF bedding, the pipe shall be placed to proper alignment and grade and supported by blocking underneath the pipe to provide the minimum bedding depth shown on the Drawings. B. The Contractor shall provide a method to prevent flotation of the pipe. C. CDF bedding may be placed if weather conditions are favorable and temperature Is at 34 degrees F and rising. At the time of placement, CDF must have a temperature of at least 40 degrees F. Mixing and placing shall stop when the temperature is 38 degrees F or less and falling. Each stage of placement of fill shall be as continuous an operation as practicable. CDF shall not be placed on frozen ground. D. Any groundwater in trench shall be removed prior to placement of CDF. E. Trench sections to be filled with CDF shall be contained at either end of trench section by bulkhead or earthflll. F. The CDF shall be placed in the trench bottom in two lifts. The first lift shall be placed uniformly on both sides of the pipe to approximately the spring line and allowed to set prior to placing the second lift. G. The fill must be vibrated by hand - operated mechanical compactor to remove voids undemeath the pipe. H. After the first lift has taken an initial set, the second lift may be placed to provide the remainder of the backfill as shown on the Drawings. I. CDF shall be protected for at least 24 hours prior to any further activity in the vicinity of the fill. END OF SECTION 02237 -2 T/M18 -94 . PART 1 GENERAL 1.01 SUMMARY SECTION 02364 AUGERCAST PILES A. Work includes but is not limited to the following: Furnish all plant, labor, equipment, appliances and material, and perform all operations in connection with the furnishing and installation of augercast bearing piles of the dimensions indicated herein, at the locations shown on the Hydraulic Life Replacement Drawings, in accordance with these Contract documents. B. Pile length: For bidding purposes only, pile length shall be based on an estimated pile -tip elevation of -35 feet. Actual length to be determined as noted in 3.01E of this Section. 1.02 RELATED WORK A. Coordinate related work specified elsewhere, including but not limited to the following: 1. Soils Investigation Data per Geotechnical Exploration by Converse Consultants NW, dated November 11, 1977. 2. Letter report by Shannon and Wilson, dated July 1994. 3. Earthwork, Section 02200. A. According to Section 01300, submit the following items to the Engineer 1 week minimum prior to pile drilling. B. The Contractor shall be responsible for keeping a record of piles drilled. Within 1 working day after all of the piles in a bay have been drilled, the Contractor shall provide the Engineer with a written tabulation indicating the following information for piles driven in that bay. 1. Pile location. 2. Pile number. 3. Pile diameter. 4. Elevation of top of pile (measured to nearest 0.01 foot). 5. Deviation from plan location (measured to nearest 0.01 foot). 6. Tip elevation. 7. Volume and strength of the mortar material used in each pile. 8. Note any unusual conditions encountered during pile installation. Within 2 weeks after the completion of drilling all piles, the Contractor shall provide the Engineer with a certified plan showing the as- drilled location of all piles installed within the building to the tolerances indicated above. 02364 -1 T/M18.94 C. Mortar mix design: Submit proposed mortar mix design to Engineer and King County Building and Land Development for approval prior to commencing work. 1.05 QUALITY ASSURANCE A. Regulatory requirements 1. King County Building and Land Development 2. Washington Industrial Safety and Health Act. B. Installer qualifications: Must have demonstrated experience in successful installation of augercast piles. C. Supervision: Provide an experienced pile drilling supervisor at the job site at all times during progress of the work, who is fully authorized to act for the Contractor. Also provide field engineering layout services and equipment to ensure accurate positioning of the piles immediately prior to drilling, and to control top of elevations. D. Special inspection: The Owner will retain the services of a Soils Engineer to act as the Owner's Representative to monitor the performance of the work in accordance with this Section. Contractor shall provide all necessary labor, equipment, and incidentals to facilitate this monitoring. No pile shall be drilled except in the presence of the inspector assigned by the Soils Engineer. Approval given by the inspection agencies shall not relieve the Contractor of the Contractor's responsibilities for performing the work in accordance with these Specifications and Contract Drawings. E. Pile acceptance criteria 1. The pile fabrication and installation criteria contained herein shall be considered the minimum acceptable requirements. The installation of the piling indicated on the Drawings may require additional measures beyond those specified. Accordingly, the Contractor is solely responsible for installing the piling so that is acceptable as defined below. Installed piling will be considered acceptable if: a. Piling material is as specified herein. b. Piling is drilled to the minimum vertical capacity and embedment length acceptable to the Engineer. c. Piling is installed at the locations indicated within the tolerance specified herein. 2. In the event that any piling does not meet the acceptance criteria shown above, that piling shall be abandoned and replaced with an acceptable piling. 1.06 SEQUENCING/SCHEDULING A. Phase in properly with Engineer's reviewed/accepted Construction Schedule, Section 01310. PART 2 PRODUCTS 2.01 MATERIALS A. Mortar 1. Portland cement: Conform to ASTM C 150 -78A. 2. Mineral filler: Finely powdered siliceous material which possesses the property of combining the lime liberated during the process of hydration of Portland Cement. (Approved pozzolanic material complying with ASTM C 5180 -78). 3. Fluidifier: Compound with characteristics which will increase the flowability of the mixture, assist in the dispersal of cement grains, and neutralize the setting shrinkage of the high - strength cement mortar. 4. Water: Fresh, clean, tree from injurious amounts of sewage, oil, acid, alkali, salts or organic matter. 5. Fine aggregate a. Sand shall meet requirements of ASTM C 33 -78, except that the gradation shall be as specified. b. Sand shall consist of hard, dense, durable, uncoated rock particles and shall be free from injurious amounts of silt, loam, lumps, soft or flaky particles, shale, alkali, organic 02364 -2 T/M18 -94 matter, mica and other deleterious substances. If washed, the washing method shall be such as will not remove desirable fines, and the sand shall subsequently be permitted to drain until the residual free moisture is reasonably uniform and stable. c. Sand shall be well - graded from fine to coarse, with fineness modulus between 1.40 and 2.10. When tested, all of the sand shall pass the No. 8 U.S. Standard square mesh sieve. The fineness modulus is defined as the total divided by 100 of the cumulative percentages retained on U.S. Standard sieve numbers 15, 30, 50 and 100. B. Reinforcing steel: Deformed bars complying with ASTM A 615, Grade 60. 2.02 PROPORTIONING A. Mortar 1. Mortar used to fill the holes shall consist of a mixture of Portland cement, mineral filler, fluidifier, sand and water; proportion and mix mortar to a consistency capable of maintaining the solids in suspension without appreciable water gain, yet which may be pumped with difficulty and which will penetrate laterally and till voids in the foundation material. 2. The materials shall be proportioned to provide a compressive strength of f'c - 4,000 psi at 28 days. 2.03 EQUIPMENT A. Augering equipment 1. General: Drill 16 -inch diameter shafts for piles with continuous- flight hollow -shaft auger of sufficient length to drill shafts to indicated depths, of the type generally used for installation of auger- placed, grout - injected piling. 2. Injection: The injection opening in the auger shaft shall be at the bottom of the auger head no more than 6 inches above the tip of the cutting teeth. The minimum inside diameter of the hollow shaft of the auger flight shall be 3 inches. Mortar injection equipment shall be provided with a mortar pressure gage in clear view of the equipment operator. B. Pumping and equipment 1. General: Use only approved pumping and mixing equipment for the preparation and handling of mortar. Remove all oil or other rust inhibitors and contaminants from mixing drums and grout pumps. 2. Pump: The mortar pump shall be a positive displacement type capable of developing and maintaining sufficient pressure to completely fill all voids. The pump shall be equipped with an in -line grout pressure gage and stroke counter. A calibration of stroke count versus pumped grout volume, performed within the previous 6 months, shall be provided to the Engineer for pile installation. PART 3 EXECUTION 3.01 GENERAL A. General: Install piling system as shown on the Drawings. Verify layout, work space and vertical clearance before starting work. B. Location: Pile centers shall be located within 2 inches in any horizontal direction from location indicated at top of pile elevation. Drill holes plumb and true to line continuously. Top of completed piles shall be within +1/2 -inch of the elevation shown on the Drawings. Tip of pile shall be as shown on the Drawings or 15 feet minimum Into bearing layer as determined by the inspector. C. Spacing: Adjacent piles shall not be installed closer than 8 feet center -to- center from previous piles until mortar in the piles has set for a minimum of 12 hours. D. Distribution: Concentrated loads from the pile placing equipment shall be properly distributed to prevent collapsing the hole as mortar is being injected. 02364 -3 T/M18 -94 E. Method of constructing piles: Each auger - placed concrete pile shall be formed by rotation of a segmented hollow -stem auger into the ground. The installation of all piles shall be observed by the Soils Engineer who can collect and interpret the installation data and evaluate the Contractor's operations. The Engineer, who will be KCDMS' representative, will determine the actual length of the piles required. Mortar shall then be injected through the auger shaft as the auger is being withdrawn, to exert upward pressure on the withdrawing earth filled auger as well as lateral pressure on the soil surrounding the mortar filled pile hole. F. Replacement piles: 1. General: The installation of replacement piles and other corrective measures shall in all cases be in accordance with designs provided by the Structural Engineer. 2. Obstructions: If obstructions are encountered during pile installation, it may be necessary to move the pile location. In the event the pile cannot be installed (in the opinion of the Soils Engineer) the auger shall be withdrawn from the partially drilled pile and the shaft filled with grout. The abandoned portion of the drilled pile will be paid for at the contract unit price per linear foot installed. The pile shall then be relocated as directed by the Soils Engineer and Structural Engineer. If additional pile or piles are required to compensate for a rejected pile, payment will be based on the Contract unit price for each additional pile installed. 3. Non - compliance: Piles not installed In accordance with the provisions of these Specifications will be rejected and replacement pile and/or piles will be installed at no extra cost to KCDMS. Abandoned holes due to non - compliance with these Specifications will be filled with grout at no extra cost to KCDMS. G. Responsibility /cost of performance: Whenever a pile or piles are rejected due to non- compliance with these Specifications necessitates structural redesign of the pile cluster, the cost of such redesign shall be deducted from sums otherwise due to the Contractor under the Contract. Whenever a pile or piles are rejected due to non - compliance with these Specifications necessitates structural redesign of the pile cap, and the redesigned pile cap requires greater quantities of concrete and reinforcing steel, the revised quantities required shall be compared with the quantities required for the pile cap as originally designed, and added cost calculated on a time and material basis for the additional quantities, and that additional cost shall be deducted from the Contract price in addition to redesign cost. 3.02 INSTALLATION A. Piles: Auger holes shall be drilled in an acceptable manner without loss of ground and without endangering previously installed piles and to the Soils Engineer's satisfaction. The auger shall be turned only in a clockwise direction. B. Alignment: The auger shall be accurately plumbed over the pile location prior to the start of drilling and plumbness maintained at all times during drilling. C. Mortar: Measure all materials by volume or weight as they are fed into the mixer; measurements shall be accurate, consistent and properly recorded. Mix materials to produce a homogeneous mortar of desired consistency. If there is a lapse in the operation, the mortar shall be recirculated through the pump. The minimum volume of mortar placed in the hole shall at least equal the volume of the augered hole. Grout Injection shall be accomplished during withdrawal of the auger. Maintain a minimum head of 5 feet of mortar above the injection top during withdrawal of the auger to ensure lateral penetration and prevent hole collapse. Rate of auger withdrawal shall not exceed 8 feet per minute. D. Reinforcement: When auger has been withdrawn and before mortar has set, place reinforcement in soft mortar and force into position. If no reinforcement is called for in the plans, as a minimum, a single continuous #9 rebar shall be installed along the central axis for the full length of the piles as an indicator that each pile consists of a continuing column of grout. E. Excavated material: All material obtained from the augercast piles shall be hauled and disposed of at an approved disposal site. END OF SECTION 02364 -4 T/M18 -94 PART 1 GENERAL 1.01 SUMMARY SECTION 03100 CONCRETE FORMWORK A. This Section specifies formwork, embedded items and form ties for cast -in -place concrete required to produce the finished concrete elements as shown on the Contract Drawings. 1.02 GENERAL REQUIREMENTS A. All formwork and methods of construction shall conform to the requirements of the Department of Labor and industry of the State of Washington and OSHA Standards. 1.03 REFERENCE STANDARDS A. ACI 1. ACI 301 - Specifications for Structural Concrete for Buildings. Contractor shall have at least one copy of the current edition of this standard available at the site at all times. 2. ACI 347 - Recommended Practice for Concrete Formwork. 1.04 SUBMITTALS A. When requested by the Engineer for the purposes of explaining detail or structural integrity, the Contractor shall submit formwork shop drawings. Complete descriptive literature shall be submitted for items proposed as alternatives to products specified. PART 2 PRODUCTS 2.01 GENERAL A. The Contractor shall provide all formwork and those materials required to develop the strength and finishes required of the finished concrete. Except where noted herein, the formwork system used is the Contractor's choice, provided it performs in the manner specified. 1. Form materials: Contractor may use any forming materials and methods which will achieve the finish qualities specified in Section 03300, subject to the following limitations. a. Finish Type A and B shall be achieved with unfaced (natural) plywood. Forms shall be overlaid, Tined, paper - faced, or constructed of fiberglass or metal, and produce finishes which comply with the requirements of ACI 301, Sections 10.2.2 and 13.3. 2. Form coatings: Provide commercial formulation form - coating compounds that will not bond with, stain or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces requiring bond or adhesion or impede wetting of surfaces to be cured with water or curing compound. 3. Fomi ties: Form ties shall be bolts or rods designed so that no metal shall be within the thickness of reinforcement cover of the finished concrete surface, and to provide a void to be grouted to seal opening. The detail used shall be water -tight for concrete in contact with earth or water. 03100.1 T/M1 &94 2.02 EMBEDDED ITEMS A. Anchor bolts for attached items: All bolts shall be stainless steel in accordance with Section 05500. Unless otherwise indicated, anchor bolts shall be 1/2-inch steel bolts, with 5 -inch embedment. Provide projection as required. B. Inserts shall be as required by other trades. Attach securely to forms. Inserts within reinforcement cover thickness shall be hot -dip galvanized, nonferrous or other approved non- rusting material. C. Waterstops: As specified in Paragraph 03300 -2.12. Splice to maintain continuity at corners and intersections. D. Miscellaneous embedded items: All exposed items permanently embedded In concrete shall be hot -dip galvanized, nonferrous or plastic as approved, to eliminate the possibility of stained or rusty spots. PART EXECUTION 3.01 FORM DESIGN A. Forms shall be designed on the basis of deflection. Slab, beam and girder forms shall be cambered for dead toad. Forms shall be braced and supported as required. 3.02 FINISH CONCRETE TOLERANCES A. Every reasonable effort shall be made to maintain plumbness and alignment as shown on the Contract Drawings. 1. Allowable variations - maximum a. Tops of walls, parapets and curbs exposed to visual alignment 11/8 -Inch in 10 feet. b. Cross - section thicknesses of walls, columns and beams 11/8 -inch. c. Flat surfaces of walls, slabs and tank sides, ±1/8 -inch in 10 feet. d. Linear alignment of structure lines, tank sides, and column lines as follows: 1) 10 -foot length - 1/8 -inch 2) 20 -foot length - 3/8 -inch 3) 40 -foot length - 1/2 -inch 4) Over 40 feet 3/4 -inch e. Footings: 1) Alignment: 12 inches. 2) Thickness: Plus - as required. Minus - none. 3.03 CONSTRUCTION DETAILS A. Exposed edges of concrete on the outside of structures and all those in the inside of structures shall be chamfered or beveled at the angle of 45 degrees, such bevel being 3/4 -inch on a side. However, when requested by the Engineer, the Contractor shall provide square edges for any portion of the work. B. Form tie holes: Form tie holes shall be pointed up fully with mortar of 1 part cement to 3 parts sand. C. Embedded items 1. Position in forms in location shown. Do not place concrete before receiving approval of placing plan. 2. Provide adequate support to prevent displacement during concreting. 3. Allow other trades ample time and facilities for placing and installing embedded items. 03100.2 0 T/M18 -94 4. Conduits shall have the same cover as required for reinforcing. Do not embed conduits larger than 2 -inch nominal size or any piping unless written approval of Engineer is obtained. 5. No insert shall be permitted with less cover than the reinforcement unless corrosion problems are adequately resolved. 3.04 FORM CLEANING A. All dirt, chips, sawdust, and other foreign matter shall be removed from within the forms before any concrete is deposited therein. Forms previously used shall be thoroughly cleaned of all dirt, mortar and foreign matter before being used. B. Temporary openings shall be provided at the base of column and wall forms and at other points where necessary to facilitate cleaning and inspection immediately before depositing concrete. 3.05 FORM REMOVAL A. Form bracing and shores shall be kept in place until concrete has reached adequate strength to properly support itself. In no case shall removal commence earlier than the following schedule unless approved by the Engineer. 1. Sides of footings 24 hours 2. Walls and columns not yet supporting load 48 hours 3. Vertical sides of beams, girders and similar members 48 hours 4. Slabs, beams and girders 10 days 5. Shoring for slabs, beams and girders 21 days B. Forms shall not be stripped from concrete which has been placed at a temperature under 50 degrees F without first determining if the concrete has properly set, without regard to the time element. END OF SECTION B. Wire reinforcement: Welded wire fabric shall conform to ASTM A 185. MiTI test reports will be required with delivery. 2.02 TIE WIRE A. Use No. 16 gage double annealed iron wire. 03200-1 T/M18 -94 2.03 ACCESSORIES A. Bar supports to be detailed and placed according to minimum standards of Chapter 7, ACI 315. Include devices necessary for proper placing, spacing, supporting and fastening steel reinforcement in place. Where bottom surface of concrete is concealed, use standard steel chairs and bolsters. Where exposed, use plastic- protected chairs conforming to CRSI Manual of Standard Practice, Chapter 3 (V), "Class 1 - Plastic Protected Bar Supports." B. In footings and ground slabs, well -cured concrete blocks may be used in lieu of above. PART 3 EXECUTION 3.01 FABRICATION A. Clean, bend and splice reinforcement in accordance with Uniform Building Code and ACI 315. Hooks shall conform to Table 2 -1 of ACI 315. Do not straighten or rebend Grade 60 reinforcement. All bars shall be bent cold. Welding shall be performed by welders certified by American Welding Society and in accordance with AWS D1.1. 3.02 BENDING SCHEDULES A. Placement drawings and bending schedules shall be submitted to the Engineer for review. Reinforcement shall be formed as indicated on the contact drawings. Except where specifically indicated otherwise on the contract drawings, bends for bars shall be in accordance with the requirements of ACI 318, Section 7.1 and 7.2. 3.03 PLACING REINFORCING STEEL A. Reinforcing steel, before being positioned, shall be cleaned of mill rust scale or other coatings that will destroy or reduce the bond. Reinforcement appreciably reduced in section shall be rejected. Prior to placing concrete, the reinforcement shall be reinspected by the Engineer and, when necessary, cleaned to the satisfaction of the Engineer. 1. Reinforcing steel shall not be bent or straightened without the approval of the Engineer, nor in a manner that will injure the material. Bars with kinks or bends not shown on the contract drawings shall not be used. Heating or welding of bars will be permitted only when the entire operation is acceptable to the Engineer. 2. Reinforcing steel shall be positioned accurately and secured against displacement by using annealed iron wire or suitable clips at intersections and shall be supported by concrete or metal chairs or spacers, or metal hangers. 3. In slabs, beam, girders and walls subject to lateral pressure, splices of reinforcement shall not be made at points of maximum stress without the express acceptance of the Engineer. Splices where permitted, shall provide sufficient lap to transfer the stress between bars by bond and shear. Adjacent bars shall not be spliced at the same point. Where not otherwise shown, reinforcement shall be in accordance with the requirements of ACI 318. 4. The clear distance between parallel bars shall not be less than the diameter of the bars and, unless specifically authorized, shall in no case be Tess than 1 inch nor less than the maximum size of coarse aggregate specified. When reinforcement in beam or girders is placed in 2 or more layers, the clear distance between layers shall not be less than 1 inch, and the bars in the upper layers shall be placed directly above those in the bottom layer. 5. Concrete protection for reinforcement: Unless stated otherwise on the drawings, reinforcement shall have a minimum cover of the following: a Cast against and permanently exposed to earth: 3 inches b. Concrete to be in contact with ground, weather or clean water: No. 6 bars and larger: 2 inches No. 5 bars and smaller and welded wire fabric: 1 -1/2 inches c. Concrete not to be exposed to ground, weather or water: Slabs and wails: 1 inch 03200 -2 T/M18-94 3.04 TOLERANCES A. Fabricating and placing tolerances shall be in accordance with ACI 301. END OF SECTION SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 GENERAL 1.01 DESCRIPTION OF WORK A. Work consists of furnishing labor, material and equipment required to construct walls, footings, slabs, and other items classified as cast -in -place concrete, as shown on the contract drawings and as specified herein. 1.02 REFERENCE STANDARDS A. ACI 1. 211.1 - Recommended Practice for Selecting Proportions for Normal and Heavyweight Concrete. 2. 301 - Specifications for Structural Concrete for Buildings. Contractor shall have at least one copy of the current edition of this standard available at the site at all times. 3. 304.2R - Placing Concrete by Pumping Methods. B. ASTM 1. C 31 - Test Methods of Making and Curing Concrete Test Specimens in the Field. 2. C 33 - Standard Specification for Concrete Aggregates. 3. C 39 - Test Methods for Compressive Strength of Cylindrical Concrete Specimens. 4. C 42 - Standard Methods of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 5. C 94 - Standard Specification for Ready -Mixed Concrete. 6. C 109 - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -inch or 50 -mm Cube Specimens). 7. C 138 - Standard Test Method for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete. 8. C 143 - Standard Test Method for Slump of Portland Cement Concrete. 9. C 144 - Specification for Aggregate for Masonry Mortar. 10. C 150 - Standard Specification for Portland Cement. 11. C 156 - Standard Test Method for Water Retention by Concrete Curing Materials. 12. C 172 - Method of Sampling Freshly Mixed Concrete. 13. C 207 - Specifications for Hydrated Lime for Masonry Purposes. 14. C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 15. C 260 - Standard Specification for Air - Entraining Admixtures for Concrete. 16. C 309 - Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete. 17. C 404 - Specifications for Aggregates for Masonry Grout. 18. C 476 - Specifications for Grout for Reinforced and Nonreinforced Masonry. 19. C 494 - Standard Specification for Chemical Admixtures for Concrete. 20. C 618 - Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement. 21. D 412 - Test Methods for Rubber Properties In Tension. 22. D 1751 - Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Stnictural Construction (Nonextruding and Resilient Bituminous Types). C. COE 1. CRD - C621 Expansion Grouts. 03300 -1 T /M1 B -94 1.03 QUALITY CONTROL A. Testing: To demonstrate conformance with the specified requirements for cast -in -place concrete, KCDMS will provide the services of an independent testing laboratory which complies with the requirements of ASTM E 329 in accordance with Section 01400. B. Basis for Quality: Comply with "Specifications for Structural Concrete for Buildings," ACI 301, except as modified herein. C. Concrete Placement: Do not commence placement of concrete until mix designs have been reviewed and approved by the Engineer and all govemmental agencies having jurisdiction, and until copies of the approved mix designs are at the job site and the batch plant. 1.04 SUBMITTALS A. Provide the following submittals in accordance with Section 01300. 1. Shop drawings: Submit lift drawings for concrete work. Drawings shall describe geometry of the structure, location of construction joints, pipe penetrations, anchor bolts, embedded electrical conduits, and other embedded items. 2. Mill certificates: Furnish certified copies of cement mill test reports showing compliance with structural contract drawings and specifications. 3. Aggregate test reports a. The Contractor shall furnish evidence to the Engineer that aggregate used in the work meet requirements specified herein. The cost of testing shall be bome by Contractor. b. If Engineer deems that additional testing of aggregate is necessary, he may select samples from any of the aggregate to be used in the job for testing by a qualified labo- ratory. Such material shall not be used in the work until test reports are available. If in such tests the materials fall to meet specified requirements, aggregate will be rejected and the expense of testing shall be borne by Contractor. If such tests show the aggregate to be satisfactory, cost of additional testing will be borne by KCDMS. 4. Admixture test report: Contractor shall submit copies of tests showing conformance with requirements of ASTM C 494. 5. Manufacturer's Data: a. Waterstops b. Curing compound c. Bonding and repair materials d. Surface hardener PART 2 PRODUCTS 2.01 CEMENT A. Cement, except as otherwise specified, shall conform to ASTM C 150 and shall be Type II for concrete In hydraulic or below grade structures and Type I or II for other cast -in -place concrete. Only one brand of cement shall be used for exposed concrete throughout one structure or composite element. Insofar as possible, all cement used in the work shall be taken from stock bins at the place of manufacture, bins in which the cement shall have been tested and found to comply with these specifications. B. Cement shall be suitably stored and protected from exposure to the atmosphere. In the event the cement shows signs of deterioration, it shall not be used unless additional tests show that it conforms to the requirements stated above. 2.02 POZZOLAN A. ASTM C 618, Class F. 03300 -2 T/M18.94 2.03 AGGREGATES A. Fine and coarse aggregate for concrete shall conform to ASTM C 33. B. Aggregate gradations shall meet the requirements of the following standards: 1. Coarse aggregate gradations shall meet the requirements of the following standards: a. Grading No. 1, ASTM C 33, Size 467. b. Grading No. 2, ASTM C 33, Size 67. c. Grading No. 3, ASTM C 33, Size 8. 2. Fine aggregate shall meet the fine aggregate gradation requirements of ASTM C 33. 2.04 WATER A. Water shall be any potable water, clean and free from injurious amounts of oil, acid, alkali, and organic materials. 2.05 ADMIXTURES A. Water reducing agent: Water reducing (cement dispersing) admixture shall comply with ASTM C 494. Admixture shall be free of calcium chloride. In addition to ASTM requirements, use shall be in strict accordance with the manufacturer's printed recommendations. When added to the mix, it shall reduce by at least 12% of the total water required without any loss of workability. Contractor shall use the type best suited for job conditions on the approval of Engineer. Water reducing agent shall be Pozzolith 300N or 300R as manufactured by Master Builders; Plastiment, Plastocrete or Sikacrete as manufactured by Sika Chemical Corp.; or equal. B. Air entraining agent 1. Materials proposed for use as air entraining admixture shall conform to ASTM C 260. Air entraining agent added shall result in an entrained air content of 2%1 1%. The content in concrete shall be determined by pressure method (ASTM C 231) or.gravity method (ASTM C 138). 2. Admixture shall be a suHonated hydrocarbon type with a cement catalyst. The air entraining admixture shall be added at concrete mixer or batching plant at approximately 3/4 to 3 ounces per sack of cement or in such quantities as to give the above specified air contents. Use Darex AEA as manufactured by Construction Products Division of Grace & Co., MB AE -10 by Masterbuiiders, or equal. C. Pozzolan (fly ash) may replace part of cement content of concrete mix provided that required 28 day strength is attained. 1. Fly ash Type F in accordance with ASTM C 618; maximum 25 %, minimum 15% of total weight of fly ash plus cement. 2. Maximum 1% - 3 %carbon loss. D. Other admixtures shall not be used unless approved by Engineer prior to use. 2.06 EPDXY BONDING COMPOUNDS A. Polysulfide epoxy resin bonding compounds shall be "Concresive No. 1001 -LPL" as manufactured by Adhesive Engineering, "Sikadur or Colmadur" as manufactured by Sika Chemical, or equal. Application of epoxy bonding compounds shall be in accordance with manufacturer's specifications or instruction. 2.07 EPDXY ADHESIVE A. Epoxy adhesive shall be "Concresive 1463" as manufactured by Adhesive Engineering, "Sikasfix 370 High Mod" as manufactured by Sika Chemical, or equal. Use of epoxy adhesive shall be in accordance with manufacturer's instructions. 03300 -3 T/M18-94 2.08 EPDXY MORTAR A. Epoxy mortar shall be a mixture of epoxy adhesive as described in Paragraph 2.07 above and aggregate. The aggregate shall be as recommended by the epoxy adhesive manufacturer. Use of epoxy mortar shall be in accordance with manufacturer's instructions. 2.09 MORTAR A. Mortar shall be composed of approximately 1 part portland cement, 1/5 part hydrated lime, 2 -1/2 to 3 parts sand, water reducing agent and sufficient water to make a stiff workable mix. Materials shall be as specified for concrete except as follows: 1. Hydrated lime: ASTM C 207, Type S. 2. Fine aggregate: ASTM C 144. 2.10 SURFACE HARDENERS A. General: Ready -to -use product that can be applied as a dry shake or sprayed over freshly floated concrete. B. Hardener types: 1. Type H -1 a. Light reflective hardener: Composed of specially processed metallic aggregate, cementitious binder, plasticizer, water - reducing admixtures and other priprletary ingredients with light reflective properties. b. Free from non - ferrous particles, rust, and material intended to disguise rust. c. Master Builders "Light Reflective Masterplate 200" or approved equal products by Sonnebom Building Products or Anti -Hydro Company. 2. Type H -2 a. Colored surface hardener: Composed of pretested cement; hard, wear - resistant specially graded silica quartz aggregate; finely ground alkali -fast and light -fast inorganic coloring pigments and other proprietary components. b. Master Builders "Colorcron" or approved equal products by Sonnebom Building Products or Anti -Hydro Company. 3. Type H -3 a. General use floor hardener: Composed of specially graded hard quartz aggregate, portland cement -based binder and other proprietary ingredients which improves floor surface strength and Improves wear resistance. b. Master Builders "Mastercron" or approved equal products by Sonnebom Building Products or Anti -Hydro Company. 4. Type H -4 a. Non - ferrous, light - reflective hardener, non - conductive. b. Master Builders "Lumiplate" or approved equal products by Sonnebom Building Products or Anti -Hydro Company. 2.11 CURING COMPOUND A. Concrete curing compound shall be of a nature and composition not deleterious to concrete and shall be of a standard and uniform quality ready for use as shipped by the manufacturer. The formu- lation shall be such that concrete surfaces on which it is applied can be sacked or coated with finish materials such as paints. At time of use, the curing compound shall be in a stirred condition. Curing compounds shall not be diluted by addition of solvent or thinners, or be altered in any manner without specific approval of, and in a manner prescribed by, the manufacturer. B. Curing compound shall, when tested in accordance with ASTM C 156, be effective in limiting water loss in the concrete test specimens to 3 -1/2% when applied at the coverage rate recommended by manufacturer. C. Curing compound shall conform to ASTM C 309 and shall be clear and not discoloring. Curing compound and coatings where used, shall be verified by Contractor to be compatible prior to application. 03300 -4 T/M18-94 2.12 JOINT FILLER, PREFORMED A. Preformed nonextruded resilient material in accordance with ASTM D 1751 unless otherwise shown, shall be 1/2 inch wide, and of depth required to bring surface to within 1/2 inch of slab surface. 2.13 JOINT SEALANT A. See Section 07900 for sealants.' 2.14 WATER STOPS A. Water Stop for Joints: Plastic water stop as hereinafter specified shall be used for construction, control, and expansion joints where shown on the Drawings. B. Plastic Water Stop: 1.' Center bulb type, as shown on Drawings, extruded from an elastomeric plastic compound, the basic resin of which shall be polyvinyl chloride (PVC). The size shall be as shown. Specific gravity shall be approximately 1.37 and the shore durometer Type A hardness, approximately 80. No reclaimed PVC shall be used in the compound. Meet the performance requirements of the Corps of Engineers' Specification CRD -C -572. 2. Water stop shall have a constant thickness from the edge of the bulb to the outside edge. All water stops shall have a number of parallel ribs or protrusions on each side of the center of the strip. Corrugated type or tapered water stops are not acceptable. The minimum weight per foot for water stop shall be 1.62 pounds for 3/8 -inch by 6 -inch. 3. Manufacturers and suppliers who have provided samples meeting the specified geometry and who have the specified water stop readily available are listed below. A wire stop water stop meeting the geometry requirements is listed below and may be used by the Contractor, at Contractor's option, as an alternate to those listed water stops that do not contain the wire loops. Contractor shall verify that actual water stop cross - sections delivered meet the dimensions shown on the Drawings and shown on the manufacturer's publications listed below prior to use on the project. Other products shall not be used without prior review and acceptance by the Engineer. a. Vulcan Metal Products, Inc., Construction Materials Division, No. 1 Irondale Park, P.O. Box 6788, Birmingham, AL 35210, phone: 205/956 -2000; Catalog No. 3/81 -15M, Type 8069 for 6 -inch by 3/8 -inch. b. Vinylex Corp., 2636 Byington - solway Road, Knoxville, TN 37921, phone: 615/690- 2211; Catalog 3.6NIN bound in the 1981 Sweet's Catalog File, Catalog No. RB6 -38H for the 6 -inch by 3/8 -inch. c. Greenstreak Plastic Products, Box 7139, St. Louis, MO 63177, phone: 214/225 -9400. These products are also distributed by the Burke Co., San Mateo, CA. Catalog No. 3.6 /GR bound in the 1981 Sweet's Catalog File, Style 732 for the 6 -inch by 3/8 -inch. d. Fitzgerald Construction Sales, Orangegate Plaza #1, 5405 Garden Grove Blvd., Westminster, CA 92683, phone: 714/891 -3447. The Schlegel Corp., Rochester, NY Wire Stop Water Stop satisfies all of the above specifications as to material and geometry except that continuous galvanized wire looping is added at edges for Contractor convenience in positioning and securing in place in the forms. Use approved geometry numbers, 05- 151 -ACR -4361, 05- 151 -ACR -6380, 05- 151 -ACR- 9380 as shown on Schlegel Corp. Drawing No. 05- 151 -ACR dated 11- 30 -82. e. A.C. Hom, Inc., 12116 Conway Road, Beltsville, MD 20705 -1302, phone: 800/654- 0403. Catalog No. CSP -162 dated 7 -87, distributed by A.C. Hom, Inc., Type 9 for the 6 -inch by 3/8 -inch. 2.15 MIX DESIGN AND CONTROL A. Concrete 1. Quality: Concrete in contact with ground shall be composed of cement, pozzolan, fine aggre- gate, coarse aggregate, water, water reducing agent, and air entraining agent. Concrete shall be designated by class with a required 28 -day strength. Cement/pozzolan ratio, coarse aggregate size, and slump shall be varied as specified below. The exact proportions of 03300 -5 T/M18-94 materials shall be such as to produce a workable, dense, impermeable concrete of the strength required. Maximum water- cement plus pozzolan ratio shall be 0.45 by weight. 2. Concrete classes and strengths: a. Class A concrete shall have a minimum 28 -day strength of 4,000 psi. Class A concrete shall be used for all concrete unless specified otherwise. 1) Minimum cement content (or combined cement plus fly ash content when fly ash is used): a) 517 pounds per cubic yard for concrete with 1'1/2-inch maximum size aggregate. b) 540 pounds per cubic yard for 1 -inch maximum size aggregate. c) 564 pounds per cubic yard for 3/4 -inch maximum size aggregate. d) Increase cement content or combined cement plus fly ash content, as required to meet strength requirements. b. Class B concrete shall have a 28 -day strength of 1,000 psi. Class B concrete shall be used for plain concrete fill. 3. Consistency: Adequate water shall be used to produce the necessary workability for placement. However, in no case shall the slump determined in accordance with ASTM C 143 exceed the following values: Vertical wall sectionss: 4 Inches Footings, slabs: 3 inches Plain unreinforced concrete: 2 inches 4. Coarse aggregate: Grading No. 1 shall be used in concrete where minimum cover and clear space between reinforcement is 2 inches. Grading No. 3 shall be used in concrete fill for masonry and concrete where minimum cover or clear spacing between reinforcement is less than 1 inch. Grading No. 2 shall be used in all other concrete. B. Control tests: Characteristics of the concrete shall be controlled as follows: 1. Mix design: Before beginning concrete work, Contractor shall determine proper proportions of materials for each strength and type of concrete. Mix shall consist of the exact proportions of cementitious material, aggregates, water, and admixtures proposed for the particular concrete mix. Admixtures shall be proportions recommended by the manufacturer to achieve results herein noted. Mix design shall be prepared at the Contractor's expense, by a recog- nized inspection and testing laboratory acceptable to the Engineer, and shall show the ex- pected strength, corresponding slump, air content, and all ingredient weights, and other physical properties necessary to check each design mix. Where more than one grading of coarse aggregate will be used, tests shall be made for the finest gradation to be used. 2. Laboratory tests: Each mix design shall be checked by the laboratory by the preparation of 2 trial batches, one with 2 -inch slump and one with 5 -inch slump, from each of which 6 standard test cylinders shall be cast and cured as specified for the job concrete. Three cylinders from each batch shall be tested at age 7 days, two at age 14 days and 1 at age 28 days. Certified copies of laboratory reports shall be sent to Engineer from the testing laboratory. No concrete placement shall commence prior to approval of the test results by Engineer. Laboratory reports shall state whether the item reported pass specifications and shall include a resume of the qualities of the mixes. 3. Field trial mix: After completion of mix design work and prior to concreting operations, Contractor shall establish, based upon the design mixes, field proportions for Class A concrete to be used in the work. Manufacture of the field trial concrete shall be accom- plished utilizing the equipment which will be used on the job. Adjustments shall be made in design mixes to provide a dense, homogeneous, durable concrete with good workability and finishing qualities. Six standard test cylinders shall be obtained from each field trial mix and tested as in mix design. Engineer shall be notified in advance of any field trial mix work and no field trial mix shall be made without representatives of the Engineer and the accepted testing laboratory being present. PART 3 EXECUTION 3.01 BATCHING AND MIXING A. Batching: Concrete batching equipment shall be provided to determine and to control accurately the relative amounts of cement, pozzolan, water, admixtures, sand, and each individual size of 03300 -6 T/M18.94 coarse aggregate entering the concrete. Cement, pozzolan, sand, and coarse aggregate shall be measured by direct weighing. Water and admixture shall be determined by direct weighing or by volumetric measurement. 1. Weighing equipment shall conform to requirements of the National Bureau of Standards except that accuracy of 0.4% of scale capacity will be satisfactory. Equipment shall be capable of ready adjustment to compensate for weight of any moisture contained in the aggregates and to effect changes in concrete mix proportions. Batching equipment shall be constructed and operated so that the combined inaccuracies in feeding and measuring of materials will not exceed 1 -1/2% for water or weight of cement and 2% for each size of aggregate. Equipment shall be adequate to produce acceptable concrete under normal winter working conditions. Evidence of compliance with these specifications shall be furnished by Contractor if required. B. Mixing: Concrete shall be in a batch mixer of accepted type which will ensure a uniform distribution of materials throughout the mass so that mixture is uniform in color and is homogeneous. Concrete shall be placed within 1 hour after water is first added to the batch. Mixer shall be equipped with a suitable charging hopper and a water storage and measuring device controlled from a case which can be kept locked. Mixer shall be so constructed that water can be discharged only while the mixer is being charged. The entire contents of the mixing drum shall be discharged before recharging. Volume of mixed materials per batch shall not exceed the rated capacity of mixer. Transit mixed concrete is allowed only with approval of the Engineer. Transit mixed concrete shall comply with applicable portions of this specification and ASTM C 94. C. Delivery: Batch tickets shall be provided with each truckload of concrete in accordance with ASTM C 94 including type and amount of cementitious material, type and amount of admixtures, total water content by producer, and weights of fine and coarse aggregate. No water may be added at job without authorization from Engineer. In no case shall water be added without adequate means for measuring and recording the amount added. 3.02 CONCRETE FOR PUMPING A. Special care shall be taken when concrete is to be transported by pumping. 1. Standards: The following standards shall govern: a. ACI 211.1. b. ACI 304.2R. 2. Pumping: Type of pump to be used shall be approved by the Engineer. a. No aluminum pipe will be allowed in pumping process. b. Minimum bend radius for piping shall be 5 feet. c. During temporary stops in pumping, the hopper shall remain nearly full to prevent segregation. 3. Mix design shall be in strict accordance with the above standards. An average Toss of slump of 1/2 to 3/4 inch per 100 feet of pipeline shall be accommodated in the mix design and batching processes. 4. Aggregates: In concrete that is to be pumped, all aggregate shall fall in the middle of ASTM C 33 gradation limits. 5. Admixtures: Any admixtures used to improve pumpability shall strictly follow Paragraph 2.05 Admixtures, and Paragraph 2.14 Mix Design and Control. 3.03 PROTECTION REQUIREMENTS A. Protection of concrete surfaces: Surfaces shall be protected against damage. During the first 72 hours after placing concrete, any wheeling, working or walking on concrete shall not be permitted. Slabs subject to wear shall be covered with a layer of sand or other suitable material as soon as concrete has set. Sisalcraft paper or other similar tough, waterproof paper may also be used, provided joints between adjacent strips of paper are carefully sealed. This does not alter requirements for proper curing as specified in Paragraph 3.08, Curing Concrete. B. Protection of Concrete Construction: 1. The structure is designed to resist loads as a completed system. During construction it is the Contractor's responsibility'to design and provide shoring that will provide life safety and protect the existing and new construction from damage. Refer to the Contract Drawings and Specification Section 02160, Sheeting, Shoring, and Bracing, for additional requirements. 03300 -7 T/M18 -94 2. Concrete construction shall be protected from excessive loading. Installation of mechanical and electrical equipment shall be accomplished by employing shores, bearing plates, frames, cranes and temporary beams. 3.04 CONSTRUCTION JOINTS A. General: Concrete in each unit of construction shall be placed continuously, and Contractor shall not begin work on any part unless his/her facilities and forces are sufficient to complete the unit without interruption. Before new concrete is deposited on or against concrete which has set, the forms shall be retightened and the surface of the set concrete shall be cleaned of foreign matter. Wetting of concrete surfaces on which concrete is deposited shall be required and all free moisture shall be removed. Where watertight construction is required, a 1/2 sack of cement/per cubic yard shall be added to the concrete for the lowest 12 -inch strip placed at the base of wall pours. B. Construction: Construction joints shall be formed as described on the contract drawings. A rough surface of exposed concrete aggregates with minimum amplitude of ± 1/8 inch shall be attained at construction joints by using a surface retardant. Where required by Engineer the limit of the treated surfaces shall be held 1 inch away from edges of the joint. Retarded surface mortar shall be removed either by high pressure water jetting or stiff brushing or combination of both so as to expose coarse aggregates. A rough surface of exposed aggregate may also be secured by sandblasting followed by high pressure water jetting. Sandblasting or bush hammering, if used, shall remove 1/8 inch of cement and fine aggregate and shall expose coarse aggregate to ensure adequate bond and watertightness at construction joints. C. Locations: Construction joint locations shall be approved by the Engineer and shall be kept to a minimum consistent with sound construction practices. 1. Unless otherwise noted on the Contract Drawings, walls exceeding 60 feet in length shall be cast in panels not to exceed 40 feet in length. Where number of panels is three or more, panels shall be cast in an alternating pattern. Vertical construction joints shall be grooved at exposed faces. Grooves subject to wetting or weather shall be calked with joint sealer as specified or shown. 2. Unless otherwise noted or specified, slabs on grade and bottom slabs of pits shall be cast In panels not to exceed 40 feet in length or not to exceed 1000 square feet in area. 4. Panels shall be cast in alternate pattems. Minimum lapsed time between adjacent panels shall be 24 hours. 5. Adequate keys shall be provided and reinforcing steel shall continue through the joint in accordance with the contract drawings. Floor slabs shall not be constructed over walls without permitting a period of at least 2 hours to elapse to allow for shrinkage in the wall. Watertightness: PVC waterstops shall be provided in construction joints according to Paragraph 3.06 Installation of Waterstops. E. Where new concrete joins existing concrete, the existing concrete shall be cleaned to remove loose concrete, laitance or other foreign matter and shall be coated with an epoxy bonding compound prior to placing new concrete. 3.05 DAMPPROOFING A. Provide dampproofing according to Section 07100. 3.06 INSTALLATION OF WATER STOPS A. General: 1. Provide water stops at all construction, control, and expansion joints exposed to earth, or fluid on at least one side. Provide water stops the full length of the joint. 2. Secure the water stop in the joint positively in the location and configuration as shown on the Drawings. 3. In horizontal slab joints, limit concrete placement to the top of water stop in first pass. Vibrate the concrete under the water stop, lift the water stop to confirm full consolidation without voids, then place remaining concrete to full height of slab. Visually inspect the entire water 03300 -8 T/M18 -94 stop area during the concrete placement. Apply procedure to full length of horizontal plastic water stops. 4. Vibrate concrete thoroughly in the vicinity of all joints to obtain impervious concrete. 5. Repair damaged water stops in a manner acceptable to the Engineer. B. Splices: 1. Splice water stops at all intersections to provide a continuous seal. Finished splices shall provide a cross - section that is dense and free of porosity with a tensile strength of not less than 80 percent of the unspliced material. 2. Make field splices and joints in accordance with the manufacturer's directions using a thermostatically controlled heating iron. 3. Allow at least 10 minutes before the new splice is strained in any way. C. Install plastic water stop in accordance with the manufacturer's directions. 3.07 INSERTS AND EMBEDMENTS A. Inserts: Where pipes, castings, or conduits are to pass through walls, Contractor shall place such pipes or castings in the form before pouring concrete. In special cases, with the express consent of the Engineer or as specified, Contractor shall build accepted boxes in the form to make cored openings for subsequent insertion of such pipes, casting, or conduits as directed by Engineer. Boxes or cores shall be provided with continuous keyways all the way around, and keyways shall have a slight flare to facilitate grouting and the escape of entrained air during grouting. Grout shall be nonshrink grout material mixed in accordance with manufacturer's printed instruction. Before placing grout, coat the concrete surfaces and the surfaces of the insert with an epoxy bonding compound. Mixing and application of the bonding compound and time of placement of the grout shall be in accordance with manufacturer's printed directions. B. Embedments: Contractor shall set accurately and hold in exact position in the form all embedded items while concrete is poured and set. 3.08 DEPOSITING CONCRETE A. Concrete shall not be placed until forms and reinforcement have been accepted by Engineer. Concrete shall be conveyed from mixer to place of final deposit as rapidly as possible by methods which will prevent separation or loss of ingredients. It shall be deposited in the form as nearly as practicable in its final position so as to maintain a plastic surface approximately horizontal. Concrete shall not be dropped more than 6 feet unless a suitable chute or tube is used. Form for walls or other sections of considerable height shall be provided with openings, or other devices which will permit the concrete to be placed in a manner which will avoid accumulations of hardened concrete on form or metal reinforcement. Under no circumstances shall concrete that has partially hardened be deposited in the work. Temporary joints shall not remain exposed for more than 45 minutes before adjacent concrete is placed. B. Immediately after depositing, concrete shall be compacted by means of high - frequency mechanical intemal vibrators which shall be 7,000 cycles per minute minimum. The number and type of vibrators shall be acceptable to Engineer and shall include a spare standby unit. Concrete shall be worked around reinforcement and embedded fixtures and into corners of the forms. 3.09 SURFACE HARDENERS A. General 1. Apply surface hardener in accordance with the manufacturer's written instructions and at the rate indicated immediately following placement of concrete. Apply in two passes, two - thirds in the first shake, followed by floating, and then the remainder, followed by floating. 2. Provide, during the initial stages of installation, the services of manufacturer's trained concrete technician. B. Apply hardner at the rate and locations as follows: 1. Type H -1: Apply at a rate of 2.0 pound/square foot. Use the raised trowel technique for surface finish, one pass. Apply to all slabs -on -grade except for steam cleaning room and 03300-9 T/M18 -94* Atlantic Base. Master Builder's "Light Reflective Masterplate 200," or approved equal products by Sonnebom Building Products or Anti -Hydro Company. a. Where control joints are to be formed by saw - cutting the floor slab provide a thickened edge of Type H -2 hardener in accordance with details shown on drawings. b. Protect floor surface once placement and finishing is complete. Cover floor with kraft paper and tape all joints. Leave kraft paper protective cover in place until acceptance of substantial completion by Owner. 2. Type H -2: Apply at a rate of 1.8 pound/square foot. Use the raised trowel technique for surface finish, one pass. Master Builders' "Colorcron," or approved equal products by Sonneborn Building Products or Anti -Hydro Company. Apply at control joints as indicated above. 3. Type H -3: Apply at a rate of 1.8 pound/square foot. Apply Master Builders' "Mastercron," or approved equal products by Sonnebom Building Products or Anti -Hydro Company in accordance with the manufacturer's written instructions. Apply at Atlantic Base, all areas. 4. Type H -4: Apply at a rate of 2.5 pounds /square foot. Apply Master Builders' "Lumiplate," or approved equal products by Sonnebom Building Products or Anti -Hydro Company. Apply at the South Base Stearn Cleaning Bay. 3.10 TEST SLAB A. Construct a test slab at each base for Engineers approval of construction methods and surface finish prior to constructing floor. A technical representative from the manufacturer of surface hardner shall witness the construction of the test slab. 3.11 CURING CONCRETE A. Immediately following placement, concrete shall be protected from premature drying, hot and cold temperatures, rain, flowing water and mechanical injury. Materials and methods of curing shall be approved by Engineer. Final curing shall continue for not less than 7 days. 1. Approved methods include ponding or continuous fog spray and liquid membrane - forming compounds as described below, except as specified elsewhere in this section. a. Application of liquid membrane - forming compound shall conform to ASTM C 309. Material shall maintain a maximum moisture less loss of 0.11 pounds per square foot of surface in 72 hours when used at a coverage of 400 square feet per gallon and tested in accordance with ASTM C 156. The curing compound shall be used at a maximum of 400 square feet per gallon. 2. Formed surfaces shall be kept moist prior to stripping forms. Immediately following stripping of forms, concrete shall be cured by the curing compound method. 3. Slab's shall be kept wet for 24 hours and then cured by the curing compound method if it is over 65 degrees F. If the temperature is less than 65 degrees F on completion of the pour, apply curing compound as soon as surface will not be marred by the curing compound. 3.12 REPAIR OF CONCRETE CONSTRUCTION A. Immediately after removal of forms, concrete shall be inspected and porous concrete, rough sections or rock pockets containing loose materials shall be repaired by cutting back to solid concrete and making an opening of such size and shape as will form a 1 -inch key for a cement mortar fill. Before the mortar is applied, the surface of the existing concrete shall be coated with an epoxy bonding compound. Form tie holes and Imperfections greater than one -fourth cubic inch shall be filled. Fill for small imperfections and form ties shall bond to concrete and be of an equivalent quality as the surrounding concrete. Fill shall form a dense plug impervious to water. Where the area or volume of defective concrete is large, it may be repaired by reforming the surface and filling the opening with concrete. For such repairs, the concrete surface shall be coated with an epoxy bonding compound. The exposed surface shall be neatly finished to match the surface and texture of adjacent concrete. Patches shall be cured as approved by Engineer. 3.13 MORTAR BUILT -UP SURFACES A. Where surfaces are required to be built up with mortar, such surfaces shall be cleaned by acid etching, then completely dried and coated with epoxy bonding compound prior to application of the required mortar. Immediately following application of the bonding compound apply mortar in bands 03300 -10 T/M18 -94 or strips to form a compact, durable covering of the required thickness and free from lumps and depressions. B. No mortar shall be applied during freezing weather unless adequate protection is provided. C. Mortar shall be kept continuously wet for not Tess than 7 days by methods acceptable to the Engineer, or it shall be cured by soaking followed by application of an approved curing compound. 3.14 FINISH OF FORMED SURFACES A. Finished or formed surfaces shall conform accurately to the shape, alignment, grades and sections as shown on the contract drawings. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing or roughness, and shall present a finished, continuous, hard surface. 3.15 SLAB FINISHES A. Slab finishes shall be in accordance with ACI 301, Paragraph 11.7, Finishes. 1. Troweled finish shall be applied to interior slabs left exposed and to slabs to receive waterproofing membrane. 2. Broom or belt finish shall be applied to exterior walking surfaces. 3. See Paragraph 3.09, Surface Hardeners, for application of hardeners. 3.16 SURFACE TOLERANCES A. Finishes shall be true planes within 1/8 -inch in 10 feet as determined by a 10 -foot straightedge placed anywhere on the slab in any direction. B. Slopes to drains shall be true to line, evenly graded, 3/16 -inch per foot unless noted otherwise. Slope all exterior and interior work including stair landing and individual treads. 3.17 FIELD TESTING A. Concrete shall be sampled and tested in accordance with ACI 301 and supplements during the progress of concrete work. Slump and air content tests shall accompany all test cylinders for strength. Engineer shall be notified 48 hours ahead of scheduled pours. Contractor shall notify Engineer 24 hours in advance of any cancellation of pours. 1. Any additional testing required because of apparent failure of concrete to meet specification requirements shall also be paid by Contractor. When there is a question as to quality of the structure because of cylinder strength test failures, strength tests made on specimens secured from the structure and tested in accordance with ASTM C 42 will be required. 2. Samples of concrete will be obtained in accordance with ASTM C 172 and will be transported to a place on the site where air and slump tests can be made and cylinders stored without being disturbed for the first 24 hours. Cylinders for strength tests shall be made in ac- cordance with ASTM C 31 and ASTM C 94. Contractor shall assemble cylinders in a convenient location each day, after 24 hours cure, for pick -up by the testing laboratory. B. Cylinders shall be made as required by ACI 301 and supplements for strength tests, following applicable ASTM standards. Strength tests shall be in accordance with ASTM C 39. Two extra cylinders shall be taken from each day's pour of concrete to be post - tensioned and field cured. Concrete strengths shall be verified with field cured cylinders prior to post- tensioning. Cylinders from all other concrete shall be cured in the laboratory. If a specimen shows manifest evidence of improper sampling, molding, or testing, it will be disregarded. C. Slump tests shall be made following the procedure in ASTM C 143. Slump tests shall be made for concrete from any batch from which strength tests are made. 1. If the measured slump falls outside limits specified, a check test shall be made immediately on another portion of the same sample. In the event of a second failure, concrete will be considered to have failed to meet requirements of the specifications and shall be unac- ceptable. 03300 -11 T/M18 -94 D. Air content tests shall be made In accordance with either ASTM C 138 or ASTM C 231. 1. If the measured air content falls outside limits specified, a check test will be made immediately on another portion of the same sample. In the event of a second failure, concrete will be considered to have failed to meet requirements of the specifications and shall be . unacceptable. E. Failure of Contractor to perform required tests shall be cause for rejection of the subject work. END OF SECTION 03300 -12 T/M18 -94 SECTION 03600 GROUT PART 1 GENERAL 1.01 SUMMARY A. This Section specifies grout for uses other than masonry. Masonry grout is specified in Section 04200. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference lajg ASTM C33 Specification for Concrete Aggregate ASTM C40 Test Method for Organic Impurities in Fine Aggregates for Concrete ASTM C88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Test Method for Materials Finer than No. 200 Sieve in Mineral Aggregates by Washing ASTM C136 Sieve or Screen Analysis of Fine and Course Aggregates ASTM C150 Specification for Portland Cement ASTM C289 Test Method for Potential Reactivity of Aggregates (Chemical Method) ASTM C494 Specification for Chemical Admixtures for Concrete ASTM E329 Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction ASTM D2419 Test Method for Sand. Equivalent Value of Soils and Fine Aggregate CRD- C621 -83 Corps of Engineers Specification for Nonshrink Grout 1.03 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Manufacturer's data shall be provided for the following: a. Bonding compounds b. Nonshrink grout c. Pressure grout d. Retardants 03600 -1 T/M18 -94 1.04 QUALITY ASSURANCE A. Testing: To ensure compliance with the specified requirements for grout, KCDMS will provide the services of an Independent testing laboratory which complies with the requirements of ASTM E329. The testing laboratory will sample and test grout materials as required in this Section. Costs of testing laboratory services will be borne by the Owner. B. Certified test reports: 1. Before delivery of materials or grout, the Contractor shall submit certified reports of the tests specified herein. Certified reports on previously tested materials shall be accompanied by the manufacturer's certified statement that the previously tested material is the same type, quality, manufacture, and make as that proposed for use in this project. Certified test reports are required for the following: a. Cement b. Aggregates c. Retardants d. Bonding compounds e. Grout 2. During the course of construction, the Engineer will take field samples of these materials for confirming tests. PART 2 PRODUCTS 2.01 MATERIALS A. Cement: 1. Portland cement shall be ASTM C150 Type 0 or Type V, Low Alkali, containing less than 0.60 percent alkalies. B. Aggregate: 1. General: a. Aggregate shall be non- reactive and shall be washed before use. b. When sources of aggregate are changed, test reports shall be provided for the new material. The tests specffied shall be performed prior to commencing grout work. 2. Fine aggregate: a. Fine aggregate shall be hard, dense, durable particles of either sand or crushed stone regularly graded from coarse to fine and shall comply with ASTM C33 as modified herein. When tested in accordance with ASTM C136, gradation shall be such that 100 percent by weight will pass a standard No. 8 mesh sieve and no less than 45 percent by weight will pass a standard No. 40 mesh sieve. b. Variation from the specified gradations in individual tests will be acceptable if the average of 3 consecutive tests is within the specified limits and the variation is within the permissible variation listed below. U.S. standard sieve size 30 or coarser 50 or finer Permissible variation in jndividual tests. percent 2 0.5 03600-2 T/M18 -94 c. Other tests shall be in accordance with the following specifications: Organic impurities Amount of material passing No. 200 sieve Soundness Reactivity Sand Equivalent Test Method ASTM C40 pequirements Color lighter than standard ASTM C117 3 percent maximum by weight ASTM C88 10 percent maximum loss with sodium sulfate ASTM C289 Innocuous aggregate ASTM D2419 Minimum 80 C. Admixtures: 1. General: Admixtures shall be compatible with the grout. Calcium chloride, thiocyanates or admixtures containing more than 0.05 percent chloride ions are not permitted. Admixtures shall be used in accordance with the manufacturer's recommendations and shall be added separately to the grout mix. 2. Water reducing, retarding admixture: "Eucon Retarder -75" by the Euclid Chemical Co., "Pozzolith 100 XR" by Master Builders or "Plastiment" by Sika Chemical Corp. The admixture shall comply with ASTM C494 Type D requirements and not contain more chloride ions than are present in municipal drinking water. 3. Lubricant for cement pressure grouting: Lubricant additive for cement pressure grouting shall be Intrusion Prepaid Intrusion Aid, Sika Corporation Intraplast N, or approved equal. D. Water: Water for washing aggregate, for mixing and for curing shall be free from oil and deleterious amounts of acids, alkalies, and organic materials; shall not contain more than 1,000 mg/I of chlorides as CI, nor more than 1,300 mg/I of sulfates as SO4; and shall not contain an amount of impurities that may cause a change of more than 25 percent In the setting time of the cement nor a reduction of more than 5 percent in the compressive strength of the grout at 14 days when compared with the resutt obtained with distilled water. Additionally, water used for curing shall not contain an amount of impurities sufficient to discolor the grout. 2.02 GROUT A. Drypack grout: Drypack grout shall be a mixture of approximately 1 part cement, 1 -1/2 to 2 parts sand, water reducing retarder, and sufficient water to make a stiff workable mix. B. Cement grout: Cement grout shall be a mixture of 1 part cement, 2 parts sand, proportioned by volume, admixtures for pressure grouting, and sufficient water to form a workable mix. C. Nonshrink grout: 1. The metallic non - shrink grout shall be "Hi -Mod Grout" by the Euclid Chemical Co. or "Embeco 636" by Master Builders. The grout shall comply with CRD- C- 621 -83, "Corps of Engineers Specification for Non - Shrink Grout ". 2. The non - metallic non - shrink grout shall be "Euco NS" by the Euclid Chemical Co. or "Masterllow 713 by Master Builders, or "Five -Star Grout" by U.S. Grout Corp. The grout shall comply with CRD -C- 621 -83, "Corps of Engineers Specification for Non - Shrink Grout ". D. Epoxy grout: Epoxy grout shall be a three - component 100 percent- solids compound suitable for use on dry or damp surfaces, "High - Strength Grout" by the Euclid Chemical Co. or "Sikadur Grout -Pak" by the Sika Chemical Co. (Sika 635) or "Concresive 1380" by Adhesive Engineering. 03600 -3 T/M18 -94 2.03 PRESSURE GROUTING EQUIPMENT A. Pressure grouting equipment shall include a mixer and holdover agitator tanks and shall be designed to place grout at pressures up to 50 psi. Gages shall be provided to indicate pressure used. The mixer shall be provided with a meter capable of indicating to 1/10 of a cubic foot the volume of grout used. PART 3 EXECUTION 3.01 GENERAL A. Holes required for grouting shall be blown clean. Horizontal holes for grouting shall be drilled at a slight downward angle to facilitate holding the grout until setting is complete. Botts or reinforcing steel installed in horizontal grout holes shall be bent slightly accordingly. B. The epoxy adhesive specified in Section 03300 shall be used with cementitious -type grout where required by the Engineer. 3.02 DRYPACK GROUT A. Drypack grout shall be used for built -up surfaces, setting miscellaneous metal items and minor repairs. B. Surfaces required to be built up with drypack grout shall be roughened by brushing, cleaned, and coated with the bonding compound specified in Paragraph 03300 -2.05 before the application of the grout. The drypack grout shall be applied immediately following the application of the bonding compound in bands or strips to form a covering of the required thickness. The covering shall be smooth. Construction joints in the grout shall be sloped and shall be cleaned and wetted before application is resumed. C. Drypack grout shall be cured in accordance with Section 03300. D. Grout shall not be placed during freezing weather unless adequate protection and temperature are provided. 3.03 CEMENT GROUT A. Cement grout shall be used for filling nonbearing portions of equipment pads and pressure grouting. B. Except for the specialized equipment for pressure grouting, mixing and placing apparatus shall be similar to that normally used for cast -in -place concrete. Grout shall be mixed for a period of at least 1 minute. Diluted grout shall be agitated to keep ingredients mixed. 3.04 NON- SHRINK GROUT A. All column base plates, equipment bases and other locations noted on the structural drawings shall be grouted with the specified non - shrink grout. B. All rotating equipment weighing 500 pounds or more shall be grouted with the specified non - catalyzed metallic grout. C. Grout shall be mixed, placed and cured in accordance with the manufacturer's instructions. 03600 -4 T/M18-94 3.05 EPDXY GROUT A. Epoxy grout shall be used for repairing cracks by pressure grouting, repairing structural concrete, and setting reinforcing dowels into holes for grouting. Concrete shall be primed in accordance with the grout manufacturer's instructions. 3.06 PRESSURE GROUTING A. Prior to grouting, systems and holes to be grouted shall be washed clean. Washing is not required for grouting soil voids outside pipe cylinders or casing pipes. Grouting, once commenced, shall be completed without stoppage. In case of breakdown of equipment, the Contractor shall wash out the grouting system sufficiently to ensure fresh grout and adequate bond and penetration will occur upon restarting the grouting operation. Grout pressure shall be maintained until grout has set. END OF SECTION 03600 -5 T/M18.914 SECTION 03650 DOWELING IN CONCRETE PART 1 GENERAL 1.01 WORK INCLUDED A. This section specifies the work necessary to place reinforcing dowels in concrete using a two - component epoxy adhesive or nonshrink grout. 1.02 REFERENCES A. ICBO Report No. 4398, April 1988, for Adhesive Technology Corp., and ICBO Report No. 4285 for ITW Ramset. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300, SUBMITTALS PROCEDURE. In addition, the following specific information shall be provided: 1. Manufacturer's Literature: Furnish technical data for epoxy adhesives, grouts, and bonding agents suggested for the project work including installation instructions, independent laboratory test results, and handling and storage instructions. 2. Samples: Furnish two random samples of each batch of products delivered to project site, for independent testing. 3. Quality Control Submittals: Fumish the following: a. Batch test reports for each batch of product delivered to site. Provide manufacturer's written certification that each batch delivered meets these Specifications, the intended uses on project, including capability to bond to damp or wet concrete surfaces. Certification shall include batch test results for each product. b. Manufacturer's specific instructions for drilling of holes, installation of anchors and epoxy, and handling of cartridges, nozzles, and equipment. c. Procedures for testing and verifying product meets specified requirements. d. Special Inspection: Provide detailed step -by -step instructions for the special inspection procedure as required by ICBO reports and Section 306 of the Uniform Building Code. e. Provide specific instructions from manufacturer for all products for all phases of installation and handling, including hole size, preparation, placement, and safe handling and safe installation instructions to Contractor staff handling and installing these anchors. 1.04 DELIVERY, STORAGE, AND HANDLING A. Storage of Epoxy Components: 1. Store epoxy components on pallets or shelving in a covered storage area with locking door. 2. Control temperature above 60 degrees F and dispose of product if shelf life has expired. 3. If stored at temperatures below 60 degrees F, test components prior to use to determine if they still meet specified requirements. PART 2 PRODUCTS 2.01 GENERAL A. Like Items of Materials: End products of one manufacturer in order to achieve structural compatibility, singular responsibility, and standardization for maintenance, and replacement. 03650.1 T/M18 -94 B. Epoxy Adhesive for Doweling: 1. Meet ASTM C 881, Type 1, Grade 3, Class A, B, or C, depending onsite conditions. 2. Two - component, 100 percent solids, nonsag, paste, insensitive to moisture, designed to be used in adverse freeze/thaw environments and gray in color. 3. Cure Temperature, Pot Life, and Workability: Compatible for intended use and environmental conditions. 4. Container Markings: Include manufacturer's name, product name, batch number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling precautions. 5. Component "A" Base Resin: a. Modified biphenyl -A type epoxy. b. Viscosity: Light paste, 350 cps maximum prior to mixing to ensure proper wetting of moist concrete surfaces. c. fitters: 100 percent solids, fumed silica and selected annular micro silica powders. Do not use micro spheres, fly ash, or asbestos. d. Color: White. 6. Component "B" Hardener or Curing Agent: a. Viscosity: Light paste. b. Fillers: 100 percent solids, fumed silica and selected annular micro silica powders. Do not use micro spheres, fly ash, or asbestos. c. Color: Black. C. Mixed Epoxy Adhesive: 1. Nonsag Tight paste consistency with ability to remain in a 1 -inch diameter overhead drilled hole without runout, holding the following properties: a. Slant Shear Strength, ASTM C 881/882, No Failure In Bond Line, Dry/Moist Conditions: 5,000 psi. b. Compressive Strength, ASTM D 695: 14,000 psi, minimum. c. Tensile Strength, ASTM D 638: 4,500 psi. d. Heat Deflection Temperature, ASTM D 648: 135 degrees F, minimum. 2. Manufacturer: a. H.S. Peterson Co., 1100 SW 116th Street, Renton, WA 98055, Anchor -It Fastening Systems, HS 200 Epoxy Resin, telephone 1 -800- 262 -4748. b. ITW Ramset/Red Head, P.O. Box 90, Paris, KY 40361, Epcon Ceramic 6 Epoxy Anchor System. 2.02 NONSHRINK GROUT FOR DOWELING A. Nonshrink grout for reinforcing bar anchorage shall conform to the requirements of Section 03600, GROUT. PART 3 EXECUTION 3.01 GENERAL A. Dispensing, Metering, or Mixing Epoxy Adhesive Components: Use portable, automatic metering and mixing device or machine capable of maintaining prescribed mix ratio within deviation of 5 percent or less, by volume. Do not use where fire and elevated temperatures can occur, except as specifically shown on the Drawing. B. Install in accordance with manufacturer's specific quality control submittal specified hereinbefore. C. Dispense epoxy components through specially designed static mixing nozzle that thoroughly mixes epoxy components and places mixed epoxy at base of predrilled hole. D. Mixing Nozzles: Disposable, manufactured in several sizes to accommodate size of reinforcing dowels. 03650 -2 T/M18.94 , E. Where large meter and mixing pumps are impractical, provide epoxy adhesive packaged as follows: 1. Disposable, self - contained cartridge system capable of dispensing both epoxy components in the proper mixing ratio, and fit into a manually or pneumatically operated caulking gun. 2. Dispense components through a mixing nozzle that thoroughly mixes components and places epoxy at base of predrilled hole. 3. Mixing Nozzles: Disposable, manufactured in several sizes to accommodate sizes of reinforcing dowels. 3.02 TESTING OF AUTOMATIC METERING AND MIXING DEVICES A. Tests for Proper Ratio: 1. Retain small amount of dispensed adhesive for inspection after each time the pump is refilled. 2. Operator shall check these samples for color change. 3. Should change in color occur, operator shall follow manufacturer's service instructions to obtain proper operation. B. Frequency of Tests: Make full ratio check after each 100 gallons of adhesive is dispensed or if color of mixed adhesive becomes noticeably darker or lighter. C. Ratio Check Procedure: 1. Disconnect dispensing head behind ON/OFF valve. 2. Place a 1 -cup volume container and a 2-cup volume container under the "B" and "A" component hose ends. 3. Actuate the pump until both cups are filled to a proper proportion of 2:1 by volume. 3.03 DOWEL SIZING AND INSTALLATION A. Drilling Equipment: 1. Drilling Hammers For Dowel Holes: Electric or pneumatic rotary type with medium or light Impact. 2. Hollow drills with flushing air systems are preferred. 3. Where edge distances are less than 2 inches, use lighter impact equipment to prevent microcracking and concrete spalling during drilling process. B. Hole Diameter: As recommended in the manufacturer's quality control submittals and meeting ICBO report requirements. C. Obstructions in Drill Path: 1. When existing reinforcing steel is encountered during drilling and when approved by the Construction Manager, enlarge the hole by 1/8 -inch, core through the existing reinforcing steel at the larger diameter, and resume drilling at original hole diameter; or redrill hole 1 inch from original location, beginning in the same line at the surface, redirecting the drill to miss reinforcing steel. 2. Place dowels in both the misdrilled hole and the new hole. 3. Dowels may be prebent prior to installation to 15 degrees to align with other bars. Do not heat dowels to bend. 4. Bent Bar Dowels: Where edge distances are critical, and striking reinforcing steel is likely, drill hole at 10- degree angle or less and use prebent reinforcing bars. 5. Conform to details shown. 6. Dowel Embedment Depth: Install to depth and spacings shown. END OF SECTION 03650 -3 T/M18 -94 SECTION 04200 UNIT MASONRY PART 1. GENERAL 1.01 DESCRIPTION OF WORK A. Work consists of furnishing labor, materials, and equipment for installation of concrete unit masonry. B. Section includes 1. Concrete masonry walls, complete with reinforcement and anchorages. 2. Built -in items supplied by other sections. 3. Cut and fit for other sections of work. 1.02 QUALITY ASSURANCE A. Provide evidence and test data confirming that masonry units conform to standards stated herein. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. A 153 -82 (1987) - Standard Specification for Zinc - Coating (Hot -Dip) on Iron and Steel Hardware 2. A 615 -87 - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 3. C 90 -85 - Standard Specification for Hollow Load Bearing Concrete Masonry Units 4. C 144 -89 - Standard Specification for Aggregate for Masonry Mortar. 5. C 150 -89 - Standard Specification for Portland Cement. 6. C 207 -79 (1984)- Standard Specification for Hydrated Lime for Masonry Purposes. 7. C 270-89 - Standard Specification for Mortar for Unit Masonry. 8. C 404-87 - Standard Specification for Aggregate for Masonry Grout. 9. C 476 -83 - Standard Specification for Grout for Masonry. B. Uniform Building Code 1991 Edition (UBC). C. American National Standards Institute ANSI A41.1. 1.04 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during, and 48 hours after completion of masonry work. B. During freezing or near - freezing weather, provide adequate equipment or cover to maintain a minimum temperature of 50 degrees F and to protect masonry work completed or in progress. 1.05 PROTECTION A. Maintain protective boards at exposed extemal comers which may be damaged by construction activities. Provide such protection without damaging completed work. B. Provide temporary bracing during erection of masonry work. Maintain in place until building structure provides permanent support. 1.06 SUBMITTALS A. Certificate: Submit manufacturer's certification that masonry units furnished meet or exceed the requirements of this specification. 04200 -1 T/M18 -94 PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS (CMU) A. CMU indicated on Drawings shall be standard concrete block ASTM C 90 Hollow Core Grade N Type I. Residual moisture at time of delivery shall not exceed 30 %. Pm equals 1350 psi. 1. Size: Nominal face dimensions of 16 inch long by 8 inch high unless otherwise shown; thickness is 8 inches. 2.02 MORTAR A. Mortar Materials: 1. Portland cement: ASTM C 150, Type I. Provide natural color or white cement. 2. Hydrated lime: ASTM C 207, Type S. 3. Sand: ASTM C 144, except for joints 1/4 inch and less, use aggregate graded with 100% passing the No. 16 sieve. 4. Water: Clean and free of deleterious amounts of acids, alkalies or organic materials. B. Mortar proportions and preparation: ASTM C 270, Type S (1,800 psi). 1. Hand - mixing not allowed. 2. A plasticizing admixture may be used to increase workability, no other admixes are allowed. 2.03 REINFORCEMENT AND ANCHORAGES A. Reinforcing steel for bond beams, lintels and grouted masonry ASTM A 615, grade 60. B. Horizontal joint reinforcing: 2 -Wire truss -type of 3/16 -inch diameter side rods and 9 -gauge cross wires conforming to ASTM A82 and Federal Specification QQ- W-461f side rods approximately 2 inches less than nominal thickness of wall or wythe. Hot -dip galvanized in accordance to ASTM A 153. 2.04 MASONRY GROUT A. Grout Materials: 1. Grout for reinforced cells, bond beams, lintels and hollow metal frames: Proportion as required for a minimum compressive strength of 2,500 -psi at 28 days, 6- to 9 -inch slump. 2. Cement: ASTM C 150, normal - Type I or Type II. 3. Hydrated lime: ASTM C 207, Type S. 4. Coarse aggregate: ASTM C 404 Crushed rock or gravel (pea gravel) maximum 3/8 inch nominal size. 5. Fine aggregate: ASTM C 404, Size No. 2. 6. Water: Clean and potable. 7. Air - entraining admixtures not allowed. B. Grout proportions and preparations: As follows in accordance with ASTM C 476: 1. "Fine" grout: Proportion by volume: 1 part portland cement, 0 to 1/10 part hydrated lime and fine aggregate (sand) equal to 2 -1/4 to 3 times the sum of the volumes of cement and lime materials. 2. "Coarse" grout: Proportion by volume: 1 part portland cement, 0 to 1/10 part hydrated lime, and fine aggregate (sand) equal to 2 -1/4 to 3 times the sum of all volumes of cement and lime materials, and coarse aggregate equal to 1 to 2 times the sum of the volumes of cement and lime materials. C. Grout Locations: 1. Use "fine" grout for filling spaces Tess than 3 inches in one or both horizontal directions. 2. Use "coarse" grout for filling spaces 3 inches or larger in both horizontal directions. 2.05 ACCESSORIES A. Joint filler and sealant: As specified in Section 07920. 04200-2 T/M18 -94 PART 3 EXECUTION 3.01 PREPARATION A. Ensure items built in by other trades for this work are properly located and sized. B. Establish all lines, levels, and coursing. Protect from disturbance. 3.02 WORKMANSHIP AND INSTALLATION A. Place masonry units in accordance with lines and levels indicated on drawings. B. Fully bond extemal and internal comers and intersections. C. Buttering corners of joints, deep or excessive furrowing of mortar joints is not permitted. D. Do not shift or tap masonry units after mortar has taken initial set. Where adjustment must be made, remove mortar and replace. E. Perform jobsite cutting with abrasive saw cut power tools to provide straight and true, unshipped edges. Provide special shaped preformed chamfer at extemal comers. F. Ensure masonry courses are of uniform height. Make vertical and horizontal joints equal and of uniform thickness. G. Lay masonry units in full bed of mortar, properly Jointed with other work. H. Remove excess mortar and projections. Take care to prevent breaking masonry comers. I. Lay concrete masonry units in running bond with the open ends of the cavities facing downward. Course of one masonry unit and one mortar joint to equal 8 inches vertically. J. The slots in the sound absorptive masonry units shall be exposed to the area where sound absorption is desired as shown on the Plans. Slots shall be kept free of mortar and debris above the mortar joints. K. Form concave mortar joints where masonry is exposed to view. L. Freshly laid masonry shall be covered then hosed down lightly as required to prevent too rapid drying. M. During erection and until completion of masonry and related work, masonry wails and cavities shall be protected and kept dry by covering, at the end of each day or shut -down period, with a strong waterproof membrane. Partially completed walls not being worked on shall be similarly protected at all times. Coverings shall remain in place and be maintained to provide continuous protection until such time as additional masonry work or other final construction work above the protected masonry Is required. Covering shall extend across top of wall and overhang at least 2 feet on each side of wall. N. Protect masonry from damage. Protect facing material against staining or discoloration. Keep scaffold supports free of walls. Protect base courses by means of polyethylene film, from splash at time adjacent concrete slabs are poured. 1. Masonry items liable to be damaged shall be properly and protected with nonstaining board covering, boxing or waterproof or other suitable means, securely placed and held in position for protection of the masonry against damage. Protection method shall not affect the finished appearance of the masonry. 2. Protect masonry as necessary to prevent damage. Any damage, staining or discoloration of masonry by reason of any imperfectly placed or maintained protection will be considered defective and shall be removed and replaced with proper materials without additional cost to the Owner. 04200 -3 T/M18 -94 3.03 TOLERANCES A. Maximum variation from masonry unit to adjacent masonry unit not to exceed 1/8 inch. 3.04 REINFORCEMENT AND ANCHORAGES A. Place reinforcing for masonry units as indicated on drawings. 1. Fully reinforce comers. 2. Lap masonry reinforcing splices minimum 30 bar diameters vertical. Extend minimum 24 inches horizontal each side of openings. 3.05 LINTELS AND BOND BEAMS A. Provide reinforced concrete masonry unit lintels over openings. Provide steel angle to support face brick over openings where applicable. B. Construct masonry lintels and bond beams, using concrete and reinforcing specified. Maintain minimum 8 -inch bearing on each side of opening. C. Use reinforcing bars of full lengths only. D. Place and consolidate concrete without disturbing reinforcing. E. Allow lintels to reach maximum strength before removing temporary supports. 3.06 BUILT -IN WORK A. As work progresses, build in hollow metal frames, steel brick shelves, window frames, nailing strips, anchor bolts, and other items supplied by other trades. Contractor shall provide a checklist for review by Engineer of embedded items furnished by other trades. Fill frames with grout, except where breakouts are required for special hardware installation. B. Built -in items shall be plumb and true. C. Bed anchors of hollow metal door and glazed frames In mortar joints. Fill frame voids solid with mortar. Fill masonry cores with grout for first 12 inches from framed openings. D. Lifts: Lay up masonry to a maximum height of 48 inches and fill cores with grout wherever reinforcing bars, anchor bolts, wedge anchors or similar items occur within the units. 3.07 CUTTING AND FITTING A. Cut and fit for pipes, conduit sleeves, and grounds. Cooperate fully with other sections of work to ensure correct size, shape, and location. B. Obtain Engineer's approval prior to cutting or fitting any area which is not indicated on drawings, or which may impair appearance or strength of masonry work. 3.08 COLD - WEATHER CONSTRUCTION REQUIREMENTS A. After the first frost and when the mean daily temperature at the jobsite falls below 40 degree F for more than one day, freshly laid masonry shall be protected from freezing for not less than the first 72 hours after it is laid. Similarly protect in the springtime when the mean daily temperature falls below 40 degree F for more than one day. Contractor shall be prepared and take necessary steps to protect new masonry. B. No masonry shall be laid when the temperature of the outside air Is below 40 degree F on a rising thermometer or below 50 degree F on a failing thermometer, unless suitable means are provided and used to heat and maintain the temperature of masonry materials and protect the newly com- pleted work against damage or defacement from frost or freezing. 04200 -4 T/M18-94 C. When the outside air temperature drops below 40 degree F, masonry units and mortar intended for use shall be heated to a minimum of 50 degree F and used when at a temperature of between 50 and 60 degrees F. The temperature of the separate mortar materials, including mixing water when placed in the mixer, shall not exceed 150 degrees F. The temperature of the mortar shall be maintained between the limits indicated above until used. Provide equipment and fuel for heating these masonry materials. 1. Masonry sand shall be heated to at least the minimum mortar temperature required, above or higher if necessary, to remove all Ice or frozen particles. The sand shall be heated slowly and evenly to prevent scorching. Scorched sand shall not be used in mortar. Mixing water shall be heated to at least 50 degrees F. 2. Cold masonry units shall be warmed to at least 50 degree F before laying, or more if necessary, to remove frost or excess moisture. Units shall not be heated to temperatures in excess of 150 degrees F. D. No anti- freeze ingredients to lower the freezing point of mortars shall be used. Admixtures, except for those specified or changed in cement type, will not be allowed. No frozen, caked or lumpy material shall be used in mortar, nor shall mortar containing frozen lumps be used. Use of frozen or Ice-covered masonry units will not be allowed at any part of the building. Do not lay any masonry having water film or frost on its surfaces, or onto surfaces having same. 1. No masonry shall be built on or with frozen materials. Before placing masonry on older work, apply heat in such a manner that frost, ice and snow will be completely removed and the temperature of the surface brought to and maintained at a minimum temperature of 50 degrees F. Spreading of salts or chemicals on older work to remove ice and snow will not be permitted. E. All masonry shall be kept from freezing for a period of at least 3 days after it is laid. During masonry placement and for a minimum of the first 48 hours thereafter, both sides of new masonry work and the surrounding air shall be continually maintained at a minimum temperature of 50 degrees F when Type I cement is used in mortar; time duration for maintaining 50 degrees F may be reduced to 24 hours when using Type 111 cement in mortar. Upon completion of this heating, it shall be followed by a gradual transition in a 24 -hour period to surrounding conditions. 1. Temporary enclosures, artificial heat and such other protective methods as may be needed, shall be supplied by this Contractor. It is expected that some type of temporary enclosure surrounding the masonry will be needed in order to comply with all of the requirements specified herein. The Contractor shall submit for review by the Contracting Officer the methods proposed for use to maintain masonry temperatures specified. Review of method will not supersede temperature requirements. F. The Contractor will be held responsible for danger to workmen and carbonization of masonry or concrete or other damage from use of heating devices which directly exhaust CO and CO2 flue gases. 1. After construction has advanced so that part of the building can be and is made fully weathertight, temporary heat shall be furnished, if required. 2. Before any interior masonry work is undertaken, the Contractor shall ensure that adequate ventilation is provided, particularly during cold weather, so as to minimize excessive moisture and formation of condensation on the exterior walls. 3.09 CLEANING A Remove excess mortar and smears upon completion of masonry work. B. Point or replace defective mortar. Match adjacent work. C. Clean soiled surfaces using a nonacidic solution which will not harm masonry or adjacent materials. Use nonmetallic tools in cleaning operations. 3.10 TESTING FOR MORTAR AND GROUT A. General: Test mortar and grout in accordance with UBC Standards 24 -22 except that mortar and grout shall exhibit a minimum ultimate compressed strength of 2,500 psi. 04200 -5 T/M10 -94 B. Mortar: In addition to preliminary tests, make one mortar test for each days work. C. Grout: 1. Make one grout test for each 30 cubic yards of grout, but not Tess than one test for each day's grouting operation. 2. Test sample shall be taken whenever there is any change In mix proportions, method of mix or material used. END OF SECTION 04200 -6 T/M18-94 SECTION 05050 STRUCTURAL METAL FASTENING PART 1 GENERAL 1.01 SUMMARY A. This Section specifies structural metals consisting of standard shapes, fasteners, rods and plates that are used in structural supports and connections. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Ili& AISC Manual of Steel Construction AISC Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings ASTM A36 Specification for Structural Steel ASTM A53 Specification for Pipe, Steel, Black and Hot - Dipped, Zinc Coated Welded and Seamless ASTM A283 Specification for Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes and Bars ASTM A307 Specification for Carbon Steel Extemally Threaded Standard Fasteners ASTM A320 Specification for Alloy -Steel Bolting Materials for Low Temperature Service ASTM. A325 Specification for High - Strength Bolts for Structural Steel Joints ASTM A500 Specification for Cold- Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes ASTM A666 Specification for Austenitic Stainless Steel, Sheet, Strip, Plate and Flat Bar for Structural Applications ASTM B308 Specification for Aluminum -Alloy Standard Structural Shapes, Rolled or Extruded Welding Procedures and Performance Qualifications Code for Arc Welding in Building Construction AWS AWS 05050-1 T/M18 -94 1.03 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Detailed shop drawings of steel frame for fabrication of the component parts of structures, including location, type and size of bolts and welds. Welds shall be indicated by standard welding symbols of the AWS. Member cambers shall be as specified on Drawings. 2. Before delivery of materials or start of fabrication, provide certificates which attest to the materials' compliance with Specifications. 1.04 QUALITY ASSURANCE A. Structural assemblies and shop and field welding shall meet the requirements of the AISC specifications. B. The use of salvaged, reprocessed or scrap materials shall not be permitted. PART 2 PRODUCTS 2.01 MATERIALS A. Standard rolled steel sections: ASTM A36. B. Pipe columns: ASTM A53, Grade B. C. Structural steel tubing: ASTM A500, Grade B. D. Structural bars, plates and similar items: ASTM A36 or A283. E. Stainless steel: ASTM A666, Grade A, Type 304 for flashing clamps as shown in the Drawings. F. Stainless steel bolts, nuts: ASTM A320, Type 304 and washers for securing flashing clamps and for anchorage to concrete as shown in the Drawings. G. Steel bolts (unless otherwise specified on the Drawings): ASTM A307, Grade A (or ASTM A325 where indicated on the Drawings). H. Aluminum: Extrude from 6061 -T6 or 6063 -T6 alloy, conforming to ASTM B308 unless otherwise specified. 2.02 FABRICATION A. Fabrication shall be in accordance with AISC, S326. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Verify measurements at the job. 2. Punch holes 1/16 -inch larger than the nominal size of bolts, unless otherwise specified. Whenever needed, because of the thickness of the metal, subpunch holes and ream or drill. No drifting of bolts nor enlargement of holes will be allowed to correct misalignment. Correct mismatched holes with new material. 05050 -2 T/M18 -94 Y 3. Protect dissimilar metals from galvanic corrosion by means of pressure tapes, coatings or Isolators. Protect aluminum in contact with concrete or grout with a heavy coat of epoxy paint. 4. Metalwork to be embedded in concrete shall be as specified in Section 03300. Place metalwork accurately and hold In correct position while concrete is placed or, if specified, form recesses or blockouts in the concrete after design strength is attained, and grout metalwork in place In accordance with Section 03300. Thoroughly clean surfaces of metalwork in contact with or embedded in concrete. 5. Structural steel completely encased in concrete shall not be galvanized or painted and shall have a clean surface for bonding to concrete. Repair or replace metalwork which is bent, broken or otherwise damaged by the Contractor. B. Welding: Performed by operators who have been qualified by tests as prescribed by AWS to perform the type of work required. The quality of welding shall conform to AWS Code for Arc Welding in Building Construction Section 4, Workmanship. C. Bolted connections: Conform to AISC Framed Beam Connections. Provide bearing type connections with threads excluded from shear planes, unless indicated on Drawings as friction type connection. 3.02 CLEANING A. After installation, clean and touch up damaged surfaces of shop primed metals with the same material used for the shop coat. Repair damaged surfaces of galvanized metals as specified In Section 05910. END OF SECTION SECTION 05300 METAL DECKING PART 1 GENERAL 1.01 WORK INCLUDED A. This section specifies the work necessary to design, fumish, and install, complete, the metal decking and metal siding at South Base. Metal decking is to be installed above vestibule 129A, and metal siding is to be installed on storage shed located north of maintenance building as shown on the Drawings. 1.02 GENERAL A. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300, SUBMITTALS PROCEDURE. In addition, the following specific information shall be provided: 1. Shop Drawings. PART 2 PRODUCTS 2.01 METAL DECKING A. Deliver materials to the jobsite in original packages with the manufacturer's labels thereon. B. Metal decking shall be H.H. Robertson Company or Verco Manufacturing, Inc. The depth, section modulus, moment of inertia, type, and gauge shall be as shown on the Drawings. C. Section properties must be in strict accordance with the American Iron and Steel Institute Specifications for the Design of Light - Gauge, Cold- Formed Steel Structural Members. D. The steel shall have received, before being formed, a metal protective coating of zinc conforming to ASTM A 525 light commercial coating, G 60. E. Steel decking shall be formed from steel sheets conforming to ASTM A 446, Grade A. F. All materials shall be new and free from defects impairing strength, durability, and appearance, of best commercial quality for purpose intended. 2.02 FLEXIBLE CLOSURE STRIPS A. Provide manufacturer's standard vulcanized, closed -cell, synthetic rubber. 2.03 METAL CLOSURE STRIPS A. Fabricate metal closure strips, for openings between decking and other construction, of not Tess than 18 -gauge sheet steel. Form to provide tight - fitting closures at open ends of cells or flutes and sides of decking. 05300-1 T/M18 -94 2.04 METAL SIDING A. Metal siding shall have a commercial grade cold -rolled steel core, conforming to ASTM A 446, Grade, in gauges and formed shapes as shown on the drawings. Metal siding shall be hot - dipped galvanized in accordance with ASTM A 525 light commercial coating, G60. All material shall be new and free from defects impairing strength, durability and appearance, and of best commercial quality for purpose intended. B. Accessories: 1. Connections: Use #14 stainless steel fasteners with 5/8 -Inch washer. Fasteners shall be self- tapping and shall be nylon hex - headed in compatible color. DuPont nylon shall be securely bonded by injection molding to the stainless steel #14 Series threaded shank with a knurled and shaped head designed to firmly grip the color pigmented nylon. A sealing washer flange shall be provided as an integral part of the nylon head. 2.05 MISCELLANEOUS MATERIALS A. Materials required to accomplish the work but not specified shall be of best commercial grade, suited for intended use, and as approved. PART 3 EXECUTION 3.01 SHOP DRAWINGS A. Prepare complete shop drawings showing complete plan view layout of decking and siding, location of openings, and other information necessary for the erection of the metal decking. Where the decking is to support loads, framing, or any other items affecting design and detailing, the Contractor shall obtain shop drawings from all subcontractors, review these shop drawings, coordinate all interrelated work, and prepare a complete combined submittal. Partial submittals subject to return without review with request for complete information. 3.02 MEASUREMENTS A. The Contractor shall verify all dimensions given on the Drawings and shall make such field measurements as are necessary to lay out the work properly. B. The Contractor shall be fully responsible for accuracy of all measurements and layout of the work. 3.03 HANDLING AND STORING MATERIALS A. Store material in dry, clean, and safe manner. Replace all damaged material with new material. 3.04 INSTALLATION OF METAL DECKING A. The metal decking shall be installed at right angles to the supporting members unless shown otherwise, and shall be installed according to the manufacturer's recommendations, the details shown, and the approved shop drawings, using the manufacturer's standard fasteners for this type of material. B. The decking manufacturer's installation recommendations, as approved, are hereby made a part of these Specifications. Metal decking shall be cut and fitted around roof openings. End laps shall be a minimum of 2 inches and shall be staggered. The Contractor shall furnish and install all closure plates and accessories. C. The finished metal decking shall be free from buckles and irregularities. D. Steel decking shall be securely fastened to the steel supporting members by arc spot welds 05300-2 T/M18 -94 (puddle welds) as shown on the Drawings. The completed deck shall be a welded steel roof diaphragm, and all welding and other connections necessary to provide a complete and satisfactory installation shall be fumished and shall be detailed on the shop drawings. E. All welding shall be performed by Washington Association of Building Officials (WABO) certified welders. F. The Contractor shall qualify all welders and welding procedures in accordance with the current edition of AWS D1.3, Structural Welding Code - Sheet Steel. • Notify the Engineer in advance of welder and welding procedure qualification so that Engineer may witness qualification. G. Provide additional metal reinforcement and closure pieces as required for strength, continuity of decking, and support of other work shown. H. Provide metal closure strips at all open uncovered ends and edges of roof decking, and in the voids between decking and other construction. Weld into position to provide a complete decking installation. Provide flexible closure strips instead of metal closures, at Contractor's option, wherever their use will ensure complete closure. Install with adhesive in accordance with manufacturer's instructions. 3.05 INSTALLATION OF METAL SIDING A. All siding panels shall be made weather tight by the use of sealants, rubber gaskets and composition closures. B. Length shall be sufficient to span full height where building dimension permits. 3.06 REPAIR OF DAMAGED SURFACES A. Repair damaged galvanized surfaces as specified in Section 09900, PAINTING. 3.07 FINISH PAINTING A. Finish painting of all exposed metal decking shall be as indicated on the Finish Schedule on the Drawings and as specified in Section 09900, PAINTING. 3.08 CLEANUP A. Upon completion of the installation, clean up all waste material and debris resulting from this operation and dispose of such waste material off the site. END OF SECTION 05300 -3 T/M18.94 SECTION 05500 METAL FABRICATIONS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies fabricated metal items and other miscellaneous metalwork, galvanized or prime painted. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. in case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. peference Imo, AISC Manual of Steel Construction ASTM A36 Specification for Structural Steel ASTM A48 Specification for Gray -Iron Castings ASTM A283 Specification for Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes and Bars ASTM A307 Specification for Carbon Steel Extemally Threaded Standard Fasteners ASTM A320 Specification for Alloy -Steel Bolting Materialsfor Low Temperature Service ' ASTM A500 Specification for Cold- Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes ASTM A570 Specification for Steel, Sheet and Strip, Carbon, Mot - Rolled, Structural Quality AWS D1.1 -83 Structural Welding Code of the American Welding Society 1.03 DESIGN REQUIREMENTS A. Shop and field welding shall conform to the requirements of AISC; Manual of Steel Construction. B. The use of salvaged, reprocessed or scrap materials will not be permitted. 1.04 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Certified test reports: Before delivery of miscellaneous metalwork, provide certificates which attest to their material compliance with the Specifications. 2. Detailed layout or installation shop drawings: 05500 -1' T/M18.94 PART 2 PRODUCTS 2.01 MATERIALS A. Steel items shall be galvanized unless noted otherwise on Drawings or in Specifications. B. Nonstructural steel bars, angles, dips, and similar items: ASTM A36 or ASTM A283. C. Structural steel tubing: ASTM A500, Grade B steel. D. Metal framing channels ASTM A570, Grade 33. E. Seat angles for grating, supports for floor plates, clips for precast panels and brackets for piping: steel, hot -dip galvanized after fabrication unless otherwise specified. F. Other miscellaneous steel metalwork: embedded and nonembedded steel metalwork, hangers and inserts shall be as specified on the Drawings and shall be hot -dip galvanized after fabrication. G. Botts, nuts, and washers: ASTM A320, Type 304 stainless steel. H. Welding materials: AWS D1.1. I. Shop and touch -up primer: Section 09900 - Painting. 2.02 FABRICATION A. Fit and shop assemble in largest practical sections, for delivery to site. B. Continuously seal joined members by continuous welds. C. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. D. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication. E. Punch holes 1/16 -inch larger than the nominal size of the bolts, unless otherwise specified. Whenever needed, because of the thickness of the metal, subpunch and ream or drill holes. 2.03 FINISHES A. Prepare surfaces in accordance with the provisions of Section 09900 - Painting. B. For galvanized items, perform fabrication including cutting, drilling, punching, threading and tapping required prior to hot -dip galvanizing. PART 3 EXECUTION 3.01 EXAMINATION AND PREPARATION A. Verify measurements at the site. B. Verify that field conditions are acceptable and are ready to receive work. C. Make provisions for erection loads with temporary bracing. Keep Work in alignment. D. Supply items required to be cast into concrete or embedded in masonry with setting templates. 05500-2 T/M18-94 • 3.02 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads and provide temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Fieldwork shall not be permitted on galvanized items. Drilling of bolts or enlargement of holes to correct misalignment will not be allowed. D. • Protect encased or embedded dissimilar metals (both metals must be encased or embedded) from galvanic corrosion by means of pressure tapes, coatings or isolators. E. Place metalwork to be embedded in concrete accurately and hold in correct position while the concrete is placed or, if specified, form recesses or blockouts in the concrete. Thoroughly clean the surfaces of metalwork in contact with or embedded in concrete. If accepted, recesses may be neatly cored in the concrete after it has attained its design strength and the metalwork grouted in place. F. Seat angles, supports and guides: Set seat angles for grating and supports for floor plates so that they are flush with the floor and also maintain the grating and floor plates flush with the floor. 3.03 CLEANING A. After installation, clean and touch up damaged surfaces of shop primed metals with the same material used for the shop coat. END OF SECTION 05500.3 T/M18.84 SECTION 05520 HANDRAiLiNG PART 1 GENERAL 1.01 SUMMARY A. This Section specifies prefabricated welded steel galvanized handrailing for installation at South Base, in steam generator room above vestibule 129A, as shown in the Drawings. B. Related sections: 1. Section 09900 - Painting 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. in case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. ' Reference Idl ASTM A53 Hot - Dipped, Zinc- Coated Welded and Seamless Steel Pipe ASTM A120 Pipe, Steel, Black and Hot- Dipped Zinc - Coated (Galvanized) Welded and Seamless for Ordinary Uses ASTM A320 Alloy-Steel Bolting Materials for Low Temperature Service ASTM A386 Zinc- Coating (Hot -Dip) on Assembled Steel Products ASTM A501 Hot - Formed Welded and Seamless Carbon Steel Structural Tubing ASTM B241 Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube SSPC Steel Structures Painting Council ADA Americans with Disabilities Act 1.03 DESIGN REQUIREMENTS A. Railing assembly, wall rails, and attachments shall resist a minimum uniform horizontal and vertical load of 50 pounds per linear foot on the top rail, and a concentrated bad of 200 pounds. 1.04 SUBMITTALS A. Provide the folbwing in accordance with Section 01300: 1. Certified test reports: Before fabrication of handrailing, provide certificates which attest to their material complying with these Specifications. 2. Layout or installation shop drawings. 1.05 QUALITY ASSURANCE A. Regulatory requirements: Handrailing shall meet the requirements of the standards of the Occupational Safety and Health Administration, the Division of Industrial Safety and Health of the State of Washington, and the Uniform Building Code. 05520.1 T/M18 -94 1.06 DELIVERY, STORAGE AND HANDLING A. Cushion wrap complete rails, modules and components to prevent scratching and denting during shipment, storage and installation. Leave wrap intact, insofar as possible, until railing is completely installed. 1.07 FIELD MEASUREMENTS A. Verity that field measurements are as indicated on the Drawings. PART 2 PRODUCTS 2.01 GENERAL A. Unless otherwise specified on the Drawings, handrails and guardrails shall be galvanized steel. B. Provide toeboards at guardrails except where concrete curbs are indicated. C. System shall accommodate field cutting of posts to fit, prior to installation or attachment to base connections. 2.02 STEEL RAILING SYSTEM A. Materials: 1. RaUs and posts: Steel pipe - ASTM A53, Type E or S, Grade B. 2. Wall Brackets: Malleable iron, round top, galvanized, as manufactured by: a. R & B Wagner, No 1765. b. Julius Blum, No. 1382. B. Finishes: 1. Hot -dip galvanize steel after fabrication and after welding. 2. See Section 09900 - Painting for field finishing. 3. Fasteners shall be stainless steel. 2.03 FABRICATION A. Fit and assemble components in largest practical sizes, for delivery to the site. B. Pipe cuts shall be clean, straight, square and accurate for minimum joint gap. Perform work in conformance with the handrail manufacturer's instructions. Work shall be free from blemishes, defects, and misfits which can affect durability, strength or appearance. C. Punch holes 1/16 -inch larger than the nominal size of the bolts, unless otherwise specified. Whenever needed, because of the thickness of the metal, subpunch and ream or drill holes. Replace pieces with mismatched holes. No drifting of bolts nor enlargement of holes will be allowed to correct misalignment. D. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. E. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt- tight, flush and hairline. Ease exposed edges to small, uniform radius. PART 3 EXECUTION « B. Verify that field conditions are acceptable and are ready to receive work 3.02 PREPARATION A. Supply items required to be cast into concrete or embedded in masonry with setting templates. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Protect dissimilar metals from galvanic corrosion by means of pressure tapes, coatings or isolators. Protect aluminum in contact with concrete or grout with a heavy coat of bituminous paint. C. Install components plumb and level, accurately fitted, free from distortion or defects. D. Place metal to be embedded in concrete accurately and hold in correct position while the concrete is placed or, if specified. Form recesses or blockouts in the concrete and grout the metalwork in place atter concrete has attained its design strength in accordance with Section 03300. Thoroughly clean the surfaces of metalwork in contact with or embedded in concrete. . Unless otherwise specified, no field welding of handrails shall be permitted. Where field welding is specified, grind, weld smooth to match adjacent pipe and coat as specified in Paragraph 05910 -3.01. 3.04 TOLERANCES A. Set posts plumb and aligned to within 1/8 -inch in 12 feet. B. Set rails horizontal or parallel to rake of steps to within 1/8 -inch in 12 feet. END OF SECTION SECTION 05530 GRATINGS AND FLOOR PLATES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies floor grating and floor plates. B. Related sections: 1. Section 05500 - Metal Fabrications. 2. Section 09900 - Painting. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference jlijg AISC Manual of Steel Construction ASTM A36 Structural Steel ASTM A48 Gray -Iron Castings ASTM A569 Steel, Carbon (0.15 maximum, percent), Hot - Rolled Sheet and Strip Commercial Quality AWS D1.1 Structural Welding Code, Steel ADA Americans with Disabilities Act 1.03 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Certified test reports: Before fabrication of floor grating, floor plates,or stair treads, provide certificates which attest to their material complying with these Specifications. 2. Shop drawings: Include a plan layout, appropriate sections, and installation details for each item provided. 1.04 QUALIFICATIONS A. Design gratings and plates under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State of Washington. B. Welders' Certificates: Submit in accordance with provisions of Section 01300, certifying welders employed on the Work, verifying AWS qualification within the previous 12 months. 1.05 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 05530 -1 T/M18-94 PART 2 PRODUCTS 2.01 MATERIALS A. Steel grating bearing bars and cross bars: Welding quality mild carbon steel. Comply with ASTM A569. B. Cast iron grates: Gray iron, ASTM A48, Class 35. C. Steel floor plates and cover plates: Structural quality steel. Comply with ASTM A36. D. Accessories: Fasteners and perimeter closure shall match grating/floor plate material. 2.02 FABRICATION A. Fabricate grates and plates to sizes indicated . B. Grind smooth rough weld beads and sharp metal edges on gratings and plates. Welds exposed to view shall be uniform and neat. Sand blast welds to be galvanized prior to galvanizing. C. Punch holes 1/16 -inch larger than the nominal size of the bolts, unless otherwise specified. Whenever needed, because of the thickness of the metal, subpunch and ream or drill holes. D. Perform cutting, drilling, punching, threading and tapping prior to hot -dip galvanizing. E. Grating: .Both bearing bars and cross bars shall be continuous. Band openings with bars having the same dimensions as the bearing bars. Band perimeter edges with bars same thickness as bearing bars, flush at the top surface of the grating and 1/4 -inch clear of the bottom surface. Chamfer ends of bearing bars 1/4 inch on bottom surface. Welded construction only; weld bars terminating against edge bars to the edge bars. Cross bars shall be centrally located. No single piece of grating shall weigh more than 80 pounds unless specifically detailed otherwise. 1. Steel grating: hot -dip galvanized, Irving Type IWA, Gary Type GW, or approved equal. Use only where specified. Notching, slotting or cutting the top or bottom edges of bearing bars to receive cross bars will not be permitted unless each intersection of bars is fully welded to restore each bearing bar to its full cross - sectional strength. 2. Cast iron grating: Neenah Foundry Company R -4990, Type C, flat on top with longitudinally orientated openings. Supply in one foot lengths. F. Floor and cover plates: (Checkered Plate) Alcoa C -102 aluminum tread plate, Reynolds diamond tread plate, or approved equal. Hinged cover plates shall be as speciified and set flush with surrounding floor. No single piece of floor and cover plates shall weigh more than 80 pounds unless specifically detailed otherwise. 2.03 FINISHES A. Steel shall be galvanized unless indicated otherwise. 2.04 SPARE PARTS A. Provide two of each size and type of cast iron grating. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that opening sizes and dimensional tolerances are acceptable. 05530 -2 T/M18-94 3.02 INSTALLATION A. Fieldwork shall not be permitted on galvanized items. Perform no drilling of bolts or enlargement of holes to correct misalignment. B. Protect encased or embedded dissimilar metals (both dissimilar metals must be encased or embedded) from galvanic corrosion by means of pressure tapes, coatings or isolators. Protect aluminum in contact with concrete by a heavy coat of bituminous paint. C. Place metalwork to be embedded in concrete accurately and hold in correct position while the concrete is placed or, if specified, form recesses or blockouts in the concrete after it has attained its design strength and grout the metalwork in place as specified in Section 03300. Thoroughly clean the surfaces of metalwork In contact with or embedded in concrete. If accepted, recesses may be neatly cored in the concrete. D. Grating, floor and cover plates: 1. Field measured for proper cutouts and proper sizes. 2. Field welding of aluminum grating and cover plates, if required, shall be in accordance with Suggested Specifications for Structures of Aluminum Alloys 6061 -T6 and 6063 -T6, Section K, Fabrication published by ASCE. 3. Where trenches change direction provide grating joint configuration as shown on Drawings. 3.03 CLEANING A. After installation, clean and touch up damaged surfaces of shop - primed metals with the same material used for the shop coat. B. Touchup damaged galvanized surfaces with Galvicon, as manufactured by Galvicon Co., or approved equal. END OF SECTION 05530 -3 T/M18 -04 SECTION 07100 DAMPPROOFING PART 1 GENERAL 1.01 DESCRIPTION A. Scope: This Section specifies dampproofing coating for concrete walls below grade. B. Type: The dampproofing coating shall consist of a non - fibrated asphalt emulsion. 1.02 QUALITY ASSURANCE A. Not Tess than 72 hours prior to starting work, Contractor shall arrange for material manufacturer to Inspect concrete and certify its suitability to receive dampproofing. 1.03 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Manufacturing literature for product(s) intended to be used. 2. A certificate of inspection and compliance indicating that the completed work meets all the requirements of these Specifications and the manufacturer's printed storage, handling, or application instructions. PART 2 PRODUCTS 2.01 ACCEPTABLE PRODUCTS A. Dampproofing shall be "Hydrocide 600" manufactured by Contech, Inc., Minneapolis, Minnesota, or approved equal. PART 3 EXECUTION 3.01 APPLICATION A. Materials shall be applied in accordance with manufacturer's instructions. Vertical and horizontal passes shall be made to cover and saturate all surfaces. 3.02 PROTECTION A. Surfaces adjacent to concrete shall be masked prior to application. All damage to adjacent surfaces shall be repaired and inspected by the Engineer. END OF SECTION 07100 -1 T/M18-94 SECTION 07500 BUILT -UP ROOFING PART 1 GENERAL 1.01 SUMMARY A. Section includes patching, penetrations and repairs to existing Tremco warranted built -up roof system. Burmastic cold process built -up- roofing is used at South Base and Atlantic Base and therm 100 hot (modified) built -up- roofing is used at East Base. All roofs are presently under warranty with Tremco. 1.02 SUBMITTALS A. Product Data: 1. List of materials proposed for use including roofing materials, insulation, composition flashing, and fasteners. 2. Roofing materials manufacturer's specifications selected for use. 3. Description of complete system, from deck up, proposed for use. 8. Shop Drawings 1. Installation details for reroofing and curb flashing. C. Quality Control Submittal: 1. A letter from roofing materials manufacturer stating roofer is approved by manufacturer to apply roof. 2. Prior to starting work, submit sample copy of guarantee. 3. Upon completion and acceptance of the work required by this section, submit an executed copy of the guarantee. 4. Manufacturer's certification of compliance that all roofing system materials, with inclusion of asphalt, coatings, felts, and base sheets, have been fabricated in accordance with applicable ASTM or Federal Specification requirements referenced herein. 5. Written notice when roofing installation is ready for final inspection. 1.03 QUALITY ASSURANCE A. Roofing patches, flashings at roof penetrations and repair areas shall be performed by experienced workers employed by a roofing contractor certified by Tremco. B. Perform work in accordance with Tremco's instructions and the Contract Documents. In case of conflict, the more stringent requirements shall apply. C. Inform Tremco representative, Paul Cassidy (1- 800 -831- 7408), a minimum 72 hours before starting work. D. Provide Engineer with written certification by Tremco that the work has been completed and meets the conditions of the original roofing warranty. 1.04 DELIVERY, STORAGE AND HANDLING A. Do not store materials on roof. Follow manufacturer's instructions. 07500 -1 T/M18 -94 PART 2 PRODUCTS 2.01 MATERIALS A. Materials shall be asbestos -free. B. Fleshings: CSPE (hypelon), 60 mil thick, white. C. Mastics, Mesh, Miscellaneous Materials: As recommended by Tremco. D. Walkway pads: Asphalt saturated board not less than 1/2 -inch thick with matching granule surface to existing roofing. Material shall be as recommended by Tremco E. Wood blocking and curbs: Wood blocking and curb shall be pressure- treated with chromated coper arsenate to meet AWPB, LP -22, 0.40 retention and marked PART 3 EXECUTION 3.01 PROTECTION A. Protect existing roofing system from damage during the course of the work as specified in Section 01014, 1.09B. 3.02 INSTALLATION A. Follow manufacturer's installation instructions and Contract Documents. 3.03 CLEAN -UP A. Remove all extra material and debris from site. Clean surfaces marred by roofing materials. END OF SECTION 07500 -2 T/M18 -94 SECTION 07620 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 SUMMARY A. This Section specifies flashing and sheet metal not specifically described in other sections but required to prevent penetration of water through the exterior shell of the building. B. Related Sections: 1. Section 07900 - Joint Sealers 2. Section 09900 - Coating Systems 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail. Reference jg(S ASTM A446 Steel Sheet, Zinc- Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality ASTM D1784 Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds 1.03 QUALITY ASSURANCE A. Perform the work in accordance with the following as a minimum standard, and to normal good practice in the area except where in conflict with the Contract Documents, which shall govern. 1. SMACNA - Architectural Sheet Metal Manual. 1.04 STORAGE AND HANDLING A. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. PART 2 PRODUCTS 2.01 SHEET METAL A. Aluminum Sheet: Unless otherwise noted, sheet metal shall be mill standard 3008 alloy aluminum sheet. Sheet metal shall be 0.040 inch, except where noted. B. Shop Primed, Galvanized Steel: ASTM A446, Grade A, G90, 22 -gage core steel. 2.02 ACCESSORIES A. Fasteners: Same material and finish as flashing metal, with soft neoprene washers, or Type 304 stainless steel, with soft neoprene washers. B. Underlayment: No. 15 asphalt saturated roofing felt. 07620 -1 T/M18 -94 C. Sealant: Specified in Section 07900. D. Plastic Cement: Asbestos -free asphaltic base cement. 2.03 REGLETS A. Cast in Concrete: 1. ASTM D1784, Type II, extruded PVC. 2. Minimum 0.075 -inch thick. 3. Fry Reglet Corporation, "Fry Springlok Type CO ", or approved equal. B. Surface Mounted: 1. 2- piece, snap -in type system, similar to Fry Reglet Corporation "Fry Springlok Type SM ". 2. Aluminum, .025 coated or anodized. 3. Comer shall be factory made, mitered and sealed. 2.04 FABRICATION A. Form components true to shape, accurate in size, square, and free from distortion or defects. Form pieces in longest practical lengths. B. Fabricate cleats and starter strips of same material as flashing, minimum 2 inches wide, interlockable with flashing. C. Hem exposed edges on underside 1/2 -inch. Miter and seam comers. Fabricate vertical faces with bottom edge formed outward 1/4 -inch and hemmed to form drip edge. D. Form material with standing seam. E. Fabricate comers in one piece, 8 -inch legs, minimum. Seam for rigidity and seal with sealant. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces to be covered are smooth, clean, and free from holes. All projecting nails shall be driven flush. Do not proceed with installation until discrepancies have been resolved. 3.02 INSTALLATION A. Separate (lashings from dissimilar materials by a heavy bitumastic coating on the flashing. B. Expansion: Sheet metal shall be farmed, fabricated, and installed to adequately provide for expansion and contraction in the finished work. 1. Suitable water -tight expansion joints shall be provided for all runs of more than 40 feet in steel and 32 feet in aluminum except where closer spacing is indicated on the Drawings or required for proper installation. C. Reglets: Install level and true in forms a minimum of 7 inches above cant strip. Tape cut ends before installation. 1. After roofing is applied install flashing by snapping into reglet without screws. Lap all joints and miter comers. D. Fastening: 1. Whenever possible, secure metal by means of continuous clips or cleats without nailing through the metal. 2. In general, space nails, rivets, and screws not more than 8 inches apart. Where exposed to the weather, use neoprene washers. 3. For nailing into wood, use 11 -gage barbed roofing nails long enough to penetrate 3/4 -inch . 07620.2 T/M18-94 4. For fastening into concrete, use drilled plugholes and plugs. Penetrate 1 inch. END OF SECTION ..T/M18-94 SECTION 07900 JOINT SEALERS PART 1 GENERAL 1.01 SUMMARY A. Section includes joint sealers and joint backing for general construction. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail. Reference (g ASTM C920 Elastomeric Joint Sealants. ASTM D1056 Flexible Cellular Materials - Sponge or Expanded Rubber. ASTM D1565 Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Open -Cell Foam). 1.03 SYSTEM DESCRIPTION A. System performance to achieve moisture and air -tight joint seals. 1.04 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Manufacturer's product data demonstrating compliance with the Specifications. 2. Manufacturer's recommendations for storage, handling and application of sealants and primers. 3. Samples: Material proposed for use showing color range available. 4. Quality Control Submittals: a. Applicator Qualification: Documentation showing minimum of 5 years experience installing sealants in projects of similar scope. b. Certificates of Compliance: 1) Proposed materials meet Specification requirements. 5. Contract Closeout Submittals: Guarantee. 1.05 QUALITY ASSURANCE A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. 1.06 GUARANTEE A. Sealed Joints: Against adhesive and cohesive failure of sealant and for watertightness of sealed joined for a period of 5 years after date of final completion of sealants. 1.07 ENVIRONMENTAL REQUIREMENTS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 07900 -1 T /M18 -94 PART 2 PRODUCTS 2.01 SEALANTS A. Polyurethane Sealant for all areas unless specified otherwise: 1. ASTM C920, Type S, Grade NS, Class 25 and.Federal Specification TT -S -00230, non- • sagging Type II, Class A. 2. Capable of withstanding movement up to 25 percent of joint width. 3. Sikaflex by Sika Chemical Corporation, Vulkem by Mameco Intemational, or approved equal. B. Silicone Sealant for glazing: 1. ASTM C920, Type S, Grade NS, Class 25, Federal Specification TT -S- 001563 single component non- sagging, and non- staining and not immersible. 2. Capable of withstanding movement up to 50 percent of joint width. 3. Dow Coming Corporation No 790, General Electric Silpruf. 2.02 ACCESSORIES A. Primer. Non - staining type, recommended by the sealant manufacturer to suit application. B. Joint Cleaner: Non - corrosive and non - staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Backer Rod: Backer rod shall be closed -cell round polyethylene foam, cylindrical and oversized a minimum 30 percent larger than joint width, compatible with sealant used, and as recommended by sealant contractor. D. Bond Breaker: Polyethylene or polyurethane with adhesive on one side as recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces and joint openings are ready to receive work. B. Remove loose materials and foreign matter which might Impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Prepare, clean and prime joints in accordance with manufacturer's recommendations. Apply primer only to the surfaces that will be covered by the sealant. B. Mask adjacent surfaces where necessary to maintain neat edge. 3.03 GENERAL INSTALLATION A. Apply sealant in accordance with manufacturer's recommendations. B. Install joint backing when joints exceed the depth requirements. Insert backing to provide the joint depth specified. Provide full length sections without splices where possible. Minimize number of splices. C. Install bond breaker where joint backing is not used. D. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. 07900 -2 T/M18 -94 ■ E. Seal Joints around window, door and louver frames, expansion joints, miscellaneous penetrations and elsewhere as indicated. F. Tool joints concave unless indicated otherwise. 3.04 POLYURETHANE SEALANT INSTALLATION A. Use polyurethane sealants on expansion joints and construction joints, unless indicated otherwise. 1. Use nonsag polyurethane sealant on vertical exposed. joints. 2. Use self - leveling polyurethane sealant on horizontal exposed Joints. 3. Use polyurethane sealant at masonry walls, concrete walls and metal door, window, and louver frames. 4. Use silicone sealant for glazing. B. Joint dimensions: Unless otherwise specified, construct joints to the following criteria: 1, Width: minimum 1/4 inch and maximum 1 inch. 2. Depth: 1/2 the width of the Joint, but in no case Tess than 1/4 -inch deep. Measure sealant depth at the point of smallest cross section. 3.05 CLEANING A. Clean adjacent surfaces of smears or other soiling resulting from sealant application. B. Replace damaged surfaces resulting from sealant application or cleaning. 3.06 PROTECTION A. Protect sealants until cured. END OF SECTION SECTION 08110 STEEL DOORS AND FRAMES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies steel doors and frames. B. Related Sections: 1. Section 08710 - Finish Hardware 2. Section 08800 - Glazing 3. Section 09900 - Coating Systems 1.02 REFERENCES A. This Section incorporates by reference the latest revisions to the following documents. They are part of this Section as specified and modified. In case of a conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. References ra($ ANSI A117.1 Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People ANSi /SDI -100 Standard Steel Doors and Frames UL 10B FIre.Tests of Door Assemblies FM Factory Mutual Approval Guide (1994 Edition) UFC Uniform Fire Code - Article 10 "General Provision for Fire Protection" 1.03 SUBMITTALS A. Provide the following within 14 days of the effective date of Notice To Proceed in accordance with Section 01300: 1. Product specifications. 2. Manufacturers storage, handling, and installation instructions. 3. Shop drawings: Indicate door and frame elevations, internal reinforcement, cut -outs for glazing and finish. identification of each door shall be noted with the same reference used on the Drawings. 1.04 QUALITY ASSURANCE A. Comply with the requirements of ANSI/SDI -100 and ANSI A117.1. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver doors and frames in packaging to prevent damage and deterioration. B. Store doors upright, in dry, protected area. Place a minimum one inch above ground and space at least 1/4 -inch apart. C. Follow manufacturer's instructions for storage and handling of doors. 08110.1 T/M18-94 D. Protect exposed finish surface of prefinished items with masking tape. 1.06 GUARANTEE A. As a part of the general guarantee, replace doors warped in excess of 3/16 -inch out of plane within the guarantee period complete, including hanging, finishing, glazing, etc., at no cost to Metro. PART 2 PRODUCTS 2.01 GENERAL A. Provide end products of one manufacturer to achieve standardization for appearance, operation, maintenance and spare parts. B. Manufacturers: 1. The Ceco Corporation. 2. Curries Manufacturing. 3. Overly Manufacturing Co. 4. Republic Steel Corporation. 5. Steelcraft Manufacturing Co. 2.02 DOORS AND FRAMES A. Basic Metal Materials 1. ASTM A 366; sheet steel, cold -rolled stretcher level. B. Frames: 1. 16 gage, knockdown, meet SD1 100, except as modified. 2. Finished size, shape, cross section and profile as shown on Drawings. 3. Fabricate with hardware reinforcement welded in place. 4. Prepare frames for silencers and install. 5. Prepare floor and wall anchors, reinforcement and cutouts for hardware to meet requirements of SD1 107. 6. Concealed fasteners are preferred to through- the -face fasteners. 7. Identification: Stamp opening No., as shown on drawings, on center hinge reinforcement of each frame. C. Doors: 1. 16 gage face, ANSI/SDI -100 Grade IIi, Extra Heavy Duty, Model 1, with honeycomb or polyurethane core. 2. Exterior doors shall have polyurethane core, R -value of 7 measured in accordance with ASTM E413. Configure doors to receive recessed weather - stripping. 3. Provide top and bottom flush closures. 2.03 PROVISIONS FOR GLAZING A. Furnish doors with formed glazing strips of snap -in type to permit selection of secure side in the field. No screws allowed. B. Accommodate glass of type and thickness indicated and as specified in Section 08800, Glazing. 2.04 FACTORY FINISH A. Galvanize with G60 zinc coating in accordance with ASTM A525 (wipe coat galvanized coating is not acceptable). B. Phosphate treat for paint adhesion. 08110.2 T/M18 -94 C. One coat, not Tess than 1 mil dry film thickness, baked -on rust inhibiting primer compatible with finish coating as specified in Section 09900. PART 3 EXECUTION 3.01 INSTALLATION A. Install doors and frames in accordance with ANSI/SDI -100. B. Maintain scheduled dimensions, hold head level, and maintain jambs plumb and square. C. Coordinate with masonry and wallboard wail construction for frame anchor placement. D. Fill frames installed in CMU or concrete construction with grout. Use horizontal spreaders to keep jambs from bowing in as frames are being filled with grout. E. Wherever possible, leave frame spreader bars intact until frames are set perfectly square and plumb and anchors are securely in attached. F. Coordinate installation with installation of hardware specified in Section 08710. G. Coordinate installation of glass and glazing. 3.02 ADJUSTING A. Adjust door for smooth and balanced door movement. END OF SECTION SECTION 08710 FINISH HARDWARE PART 1 GENERAL 1.01 SUMMARY A. This Section specifies finish hardware for doors. B. Related Sections: 1. Section 08110 - Steel Doors and Frames 1.02 SUBMITTALS A. Provide the following within 3 weeks of the effective date of Notice to Proceed in accordance with Section 01300: 1. Finish Hardware: A complete schedule of finish hardware. Schedule shall be completely detailed in vertical form including quantities, stock numbers, finishes and sizes. Hardware for each opening shall be listed separately. A horizontal or coded form of schedule will not be accepted. 2. Keying Schedule: Upon receipt of an acceptable hardware schedule, submit a keying schedule. 3. Catalog cuts or physical samples. 4. Upon completion, provide 3 copies of an as -built hardware schedule, including keying. 1.03 QUALITY ASSURANCE A. Standards: Comply with requirements of Uniform Building Code and the State Fire Marshall. Hardware to be installed on UL doors or frames shall be as approved by the National Board of Fire Underwriters and Factory Mutual Approval Guide. 1.04 DELIVERY, STORAGE AND HANDLING A. Packing and Marking: Pack hardware items in their original factory shipping cartons. Mark each item of hardware individually for each opening as to location of installation in accordance with approved hardware schedule. B. Provide 2 sets of spedal tools required for installation and maintenance of hardware. C. Fastenings: Fumish hardware with proper fastening devices to coordinate with conditions of the work. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide end products of one manufacturer for each item in order to achieve standardization for appearance, maintenance and replacement. B. Provide items not specifically mentioned but necessary to complete the work. Match similar items in quality and finish. 2.02 MATERIALS A. Butts 1. Manufacturers' numbers listed: .Stanley. Acceptable substitutions: Hager Lawrence. 08710-1 T/M18 -94 a. H1 shall be regular weight, two ball races, full mortise, stainless steel FBB191 -32D. b. H2 shall be plain bearing, full mortise, stainless steel F191 -32D. 2. Types: as listed under Hardware Groups. 3. Sizes: for up to 3 foot 0 inch door width use 4-1/2 inch and 3 foot 1 inch to 4 foot 0 inch use 5 -inch high hinge. 4. Outswinging exterior doors shall have NRP feature. 5. Quantities: a. Doors under 84 inches: 3 butts per leaf. b. Doors over 84 inches: 1 butt added for each 30 inches of height. c. Dutch doors: 4 butts per leaf. 6. Joint tolerance: 0.012 -inch maximum, gauged in closed position. B. Locksets and Latchsets: 1. Manufacturers' numbers listed: Sargent. Acceptable substitutions: Russwin, Schlage, Corbin. L 1 Mortise Entrance Lock with Lever Handle - 8105 - LNH L2 Bored, Entrance Lock - 9 G05 L3 Mortise Latch with Lever Handle - 8115 - LNH L4 Bored, Exit Only, Lock - 9G13 2. Types: a. Core cylinders: interchangeable, removable, minimum of six pins. Corbin Lock Company. b. Furnish with sufficient strike lip to protect trim. c. Locks shall have wrought box strikes. d. Knob design 865, Sargent LB. e. Throw: 3/4 inch on latchbolts per pair of doors. f. Knob backset: 2 -3/4 inches. C. Closers: 1. Manufacturers' numbers listed: LCN. Acceptable substitutions: Sargent and ANSI/BHMA. C1 Regular Arm 4010 Series C2 Parallel Arm 4110 Series 2. Types: a. Size as recommended by the manufacturer's catalog. b. Take into consideration wind conditions or mechanical ventilation systems and increase the closer size accordingly. c. if, after the closers are installed, a larger size closer is required, the hardware supplier shall fumish the larger size at no additional cost to Metro. d. Guarantee against mechanical defects for a period of 10 years by the manufacturer. e. Fumish with sex nut and bolt type fastening. f. On pair of doors provide closer on active leaf only, unless noted otherwise. D. Door Stops and Overhead Stops: 1. Manufacturers' numbers listed: BBW. Acceptable substitutions: GJ. S1 Floor stop F121X S2 WaU bumper WC9X 2. Types: a. Provide stops as listed in the Hardware Groups. b. Provide proper backing for wall type stops. Fasten stops applied to concrete with steel tampins and machine screws. c. Where wall stops are specified, but cannot be used because of a construction detail, fumish floor stops. E. Pushes and Pulls: 1. Manufacturers' numbers listed: Cipco. Acceptable substitutions: BBW. P1 Push plate only 0.050 -inch by 8 -inch by 16 -inch P2 Pull Handles and push plate Pull handle -.0.50 inch by 4 inch by 16 inch Push plate - 0.50 inch by 8 inch by 16 inch. 2. Types: For types refer to the Hardware Groups. 08710 -2 T/M18 -94 F. Kickplates, Mop Plates and Armor Plates: 1. Manufacturers' numbers listed: Cipco. Acceptable substitutions: BBW. 2. Types: Provide 0.050 -gage stainless steel with full threaded screws. 3. Kickplates: K1, 10 inches high and 2 inches Tess than door width. G. Threshold and Weather - strip: 1. Manufactures' numbers listed: Pemko. Acceptable substitutions: National Guard. T1 Threshold 271A T2 Ramp Threshold 257A with 259A T3 Carpet Threshold 174A 2. Types: Comply with types and functions listed under specific hardware groups. H. Bolts 1. Manufacturer's numbers listed: Ives substitutions Lawrence, ANSV BHMA, acceptable B1 top and bottom flush bolts 261. 2.03 KEYS AND KEYING A. Permanent cylinders will be furnished by Metro. Locksets for Transit Facilities shall accept Corbin Lock Company cores. 2.04 WEATHERSTRIP A. Finish: Dark bronze color hard -coat anodized aluminum, unless indicated otherwise. 1. Manufacturer's numbers used: Pemko acceptable substitutions: Reese. a. W1 rubber or vinyl bulb at jamb and head and at meeting stiles of pairs, S88D and automatic door bottom 420 AV. b. W2 rubber or vinyl bulb at jamb and head, S88D and automatic door bottom 420 AV. 2.05 FINISHES A. Supplied hardware items in the following finishes. Deviations from these listed finishes will be called out next to the specific items involved under the Hardware Groups. 1. Butts: US32D (except steel butts US26D) 2. Locksets: US32D 3. Exit devices: US32D 4. Push plates, pulls: US32D 5. Closers: Satin chromium - plated No. 626. 6. Door stops: US26D 7. Kickplates: US32D 8. Bolts: US26D 2.06 FABRICATION A. Make hardware for prefitted doors and frames to template. Send templates together with Hardware Schedule, to door and frame manufacturers no later than 2 weeks after Hardware Schedule approval. PART 3 EXECUTION 3.01 INSTALLATION A. Ensure proper installation and operation of hardware in locations specified. Protect exposed hardware surfaces during construction from damage to products and finishes. Supply a locked room to store finish hardware until installation is made. 3.02 MOUNTING LOCATIONS A. As recommended by ASAHC, BHMA, SDI, and NAAMM. Measurements are from finish floor except top butt. 08710 -3 T/M18 -94 1. Butts: a Top: 11-3/4 inches center of butt to top of door. b. Intermediate: Equal distance between top and bottom butts. c. Bottom: 13 inches center of butt. 2. Knob Locks: 40 -5/16 inches to center of strike. 3. Deadlocks: 60 inches to center of strike. 4. Exit Devices: 40 -5/16 inches to center of strike. 5. Push Plates: 45 inches to center. 6. Pull Plates: 42 inches to center. 7. Door Closers: per manufacturer's instructions. 8. Door Silencers: Install 3 inches from top and bottom of jamb and 1 -inch above strike at single door and 3 inches from edge of door in head for pair of doors. 3.03 ADJUSTMENTS A. Adjust moving parts to operate satisfactorily at time of substantial completion and during warranty period. B. Test and adjust closers for complete, silent, and smooth operation. C. Test and adjust locks and latches for smooth and easy operation. END OF SECTION 08710-4 T/M18-94 SECTION 08800 • GLAZING PART 1 GENERAL 1.01 SUMMARY A. This Section specifies glazing. B. Related Sections: 1. Section 08110 - Steel Doors and Frames C. Install glazing in field or in factory. 1.02 REFERENCES A. Glazing manual published by Flat Glass Marketing Association, hereinafter referred to as FGMA; White Lakes Professional Bldg.; 3310 Harrison; Topeka, Kansas 66611; (913) 266 -7013. B. Insulating glass manufacturing and installation recommendations of Sealed Insulating Glass Mfrs. Assn, hereinafter referred to as SIGMA; III E. Wacker Dr.; Chicago, IL 60610; (312) 644 -6610. 1.03 COORDINATION A. Coordinate with other trades affecting or affected by work of this Section. 1.04 REGULATORY REQUIREMENTS A. Comply with safety glazing requirements of Uniform Building Code, Section 5406. 1.05 PRODUCT DELIVERY A. Provide original labels, showing manufacturer, quality, and thickness for each piece of glass. Where labels must be removed for glass cutting, save labels for Engineer's review. B. Deliver other glazing materials in original containers with manufacturer's original legible labels. 1.06 ENVIRONMENTAL CONDITIONS A. Do no glazing when temperature is below 40 degrees F, when dust is present, or during wet weather except under cover. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Guardian Glass, hereinafter called GG. B. Hordis Bros., hereinafter called HB. C. Llbbey, Owens, Ford, hereinafter called LOF. D. Pittsburgh Plate Glass, hereinafter called PPG. E. Saint - Gobain, hereinafter called SG. 08800 -1 T/M18 -94 F. Other manufacturers may be approved by the Engineer. 2.02 GLASS COLOR AND PATTERN A. Clear and smooth, unless otherwise specified herein. 2.03 FLOAT GLASS A. Approved manufacturers: GG, LOF, SG, PPG, or approved equal. B. Manufacturing standard: ASTM C -1036, Type 1, Class 1. C. Quality: Glazing select. D. Thickness: 3/16 inch minimum or as required by building code. 2.04 WIRE GLASS A. Manufacturer and brand: LOF Georgian, HB Polished Baroque, or approved equal. B. Wire pattem: Square. C. Wire direction: Horizontal and vertical. D. Thickness: 1/4 -inch. 2.05 SETTING BLOCKS A. Material: EPDM or Neoprene Rubber, unless otherwise required for compatibility with glazing compound and sealant. B. Shore A durometer hardness: 80 -90. C. Width: 1/8 -inch wider than glass unit to be supported and 1/16- to 1/8 -inch narrower than glazing pocket. D. Length: Sufficient to support glass unit without excessive pressure on glass edge. 2.06 GLAZING COMPOUND A. Manufacturer: Gibson - Homans, PTI, Pacific Putty, 3 -M, Norton, or approved equal; type specified below unless otherwise recommended by manufacturer for conditions of use. B. For hollow steelwork: Butyl tape bedding with butyl caulking. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that openings to be glazed are accurately sized, shaped and located, and free of fasteners and other projections which will interfere with glazing. B. Verify that weep system Is open. C. Verify that glazing surfaces are free of moisture, dirt, grease, oil or other deleterious material. D. Verify that steel glazing rabbets and contacting dissimilar materials are painted. 08800-2 E. Prior to starting work, notify general Contractor about defects requiring correction. F. Do not start work until conditions are satisfactory. 3.02 PROTECTING WORK OF OTHER SECTIONS A. Protect against damage and discoloration caused by work of this Section. 3.03 PREPARATION A. Prior to starting work, clean, dry, and remove protective coatings from glass and surfaces to be glazed. 3.04 INSTALLATION A. General: 1. Follow referenced Specifications and manufacturer's recommendations. 2. Allow for glass expansion and contraction. 3. Do not impact glass against framing. 4. Install glass with setting blocks placed at sill quarter points. 5. Do not set glass flares or bevels adjacent to setting blocks. 6. Install glass surface waves running horizontal. 7. Shift glass with suction cups; do not use pry bar. 8. Remove identity labels immediately after installation; save for Engineer's review. 3.05 CLEANING A. Remove excess glazing compound from glazing and adjacent surfaces. B. Final glass cleaning specified in Section 01710. C. Remove debris from project site upon work completion or sooner, if directed. D. Including work of other trades, clean, repair and touch -up, or replace when directed, products which have been soiled, discolored or damaged by work of this Section. 3.06 PROTECTION A. Protect installed glazing against breakage and staining. B. Identify glazed areas with streamers hanging from framing. Do not apply directly to glass. C. Notify general Contractor to prohibit material storage close enough to glass to create sufficient heat trap to cause glass breakage. END OF SECTION 08800 -3 T/M18 -84 SECTION 09260 GYPSUM BOARD SYSTEMS PART 1 GENERAL 1.01 SUMMARY A. This Section includes metal stud wall framing, metal furring channels, gypsum board, and taped and sanded joint treatment. B. Related Sections: 1. Section 09900 - Coating Systems 1.02 References A. This Section incorporates by reference the latest revisions to the following documents. They are part of this Section as specified and modified. In case of a conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference ASTM C36 Gypsum Wallboard ASTM C645 Non -Load (Axial) Bearing Steel Studs, Runners (Track) and Rigid Furring Channels for Screw Application of Gypsum Board ASTM C754 Installation of Steel Framing Members to Receive Screw - Attached Gypsum Wallboard GA -201 Gypsum Board for Walls and Ceilings GA -216 Recommended Specifications for the Application and Finishing of Gypsum Board 1.03 QUALITY ASSURANCE A. Perform work In accordance with the Gypsum Association Specification Ga -201, GA -216 and ASTM C754 and Factory Mutual Approval Guide. 1.04 SITE CONDITIONS A. During cold weather, in areas receiving gypsum board installation, maintain temperature range between 55 to 70 degrees F for 24 hours before, during and after gypsum board and joint treatment application. B. Provide ventilation during and following adhesives and joint treatment application. 1. Use temporary air circulators in enclosed areas lacking normal ventilation. 2. Allow additional drying time between coats of joint treatment under slow drying conditions. 3. Protect installed materials from drafts during hot, dry weather. PART 2 PRODUCTS 2.01 METAL FRAMING MATERIALS A. Studs and Tracks: ASTM C645, 25 -gage or 20 -gage as shown on the Drawings, for exterior use, in 09260-1 T/M18 -94 widths shown, sheet steel formed with a 1 -1/4 -inch flange, a knurled face and knock -out pass- through holes. Galvanize to G60 or electro - galvanized. B. Furring channels: ASTM C645, 25 -gage, sheet steel formed to a hat shape with a 1 -1/2 -inch depth and a knurled face. Galvanize to G60 or electro- galvanized. 2.02 GYPSUM BOARD MATERIALS A. Gypsum Board: ASTM C36; 5/8 -inch, ends square cut, taper- edges. Supply in 48 -inch widths and in such lengths as will result in a minimum of joints. B. Fire Rated Gypsum Board: ASTM C36; fire resistive type "X", UL- rated; 5/8 -inch, ends square cut, taper- edges. Supply in 48 -inch widths and in such lengths as will result in a minimum of joints. 2.03 ACCESSORIES A. Adhesives: GA -201 and GA -216; types recommended in writing by the manufacturer. Adhesives containing asbestos fibers are not permitted. 1. Joint and fastener concealment: a. Embedding compound for first and second coats. b. Finishing compound for final coat. B. Fasteners: GA -216; screws for board attachment shall be shouldered flathead design for use with special power- driven tools. Metal screws shall be not less than 1 -inch long with self- tapping threads and selfdrilling points. C. Metal Trim: GA -201 and GA -216; zinc - coated steel not lighter than 26 -gage . Metal trim shall be in ono of the following shapes and sizes: 1. Casing beads: Channel shaped with a concealed wing not less than 7/8 -inch wide and an exposed wing. Exposed wing may be covered with paper cemented to metal and shall be suitable for joint treatment. 2. Comer beads: Angle- shaped with wings not less than 7/8 -inch wide and perforated for nailing and joint treatment or with combination metal and paper wings bonded together, not Tess than 1 -1/4 inches wide, and suitable for joint treatment. 3. Edge beads for use at perimeter of ceilings: Angle- shaped with wings not Tess than 3/4 -inch wide. Concealed wing shall be perforated for screwing and exposed wing edge folded flat. Exposed wing may be factory finished in a white color. D. Reinforcing Tapae: As recommended in writing by the manufacturer of the wallboard. PART 3 EXECUTION 3.01 METAL STUD INSTALLATION A. Studs and furring channels shall be installed true vertical and level. B. Studs: Install at 24 inches on center, unless indicated otherwise on Drawings, in a floor and ceiling track. Secure tracks with powder- driven pins at 24 inches on center. C. Furring channels: Install on walls at 24 inches on center and secure to the wall at 24 inches on center. Furring channels for ceilings shall be secured to the steel channel with 9-gage wire clips at 24 inches on center unless indicated otherwise on Drawings. 3.02 BOARD INSTALLATION A. Install gypsum board in accordance with GA -201, and GA -216 B. Erect single layer standard gypsum board in most economical direction, with ends and edges occurring over firm bearing. 09260 -2 T/M18-94 1 C. Erect single layer fire rated gypsum board vertically, with ends and edges occurring over firm bearing. D. Use screws when fastening gypsum board to metal furring or framing. E. Place comer beads at extemal comers. Use longest practical length. Place edge trim where gypsum board abuts dissimilar materials and as indicated. 3.03 JOINT TREATMENT A. Tape, fill and sand exposed joints, edges and comers to produce smooth surface ready to receive finish. B. Feather coats onto adjoining surfaces so that camber is maximum 1/32 -inch. 3.04 TOLERANCES A. Maximum variation of finished gypsum board surface from true flatness: 1/8-inch in 10 feet. END OF SECTION SECTION 09510 ACOUSTICAL CEILING PART 1 GENERAL 1.01 SUMMARY A. The work of this Section consists of furnishing all labor, materials and equipment required for installation of acoustical ceiling lay -In panels and support system as shown on Drawings and as specified herein. B. The work includes lay -in panels and suspended metal grid system complete with wall and bulkhead trim. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions to the following documents. They are part aof this Section as specified and modified. In case of a conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference, 311e. ASTM C 635 Metal Suspension Systems for Acoustical Tiles and Lay -In Panel Ceilings ASTM C 636 Installation of Metal Ceiling Suspension System for Acoustical Tile and Lay -In Panels FedSpec SS- S-118B Sound Controlling (Acoustical) Panels and Tiles UBC UBC Standard 47 -18 1.04 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Manufacturer's data for tile. 2. Samples - Three samples of each type of acoustical unit. 1.05 PRODUCT HANDLING A. Protection: Use all means necessary to protect the materials of this Section before, during, and after installation, and to protect the work and materials of all other trades. B. Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of the Engineer and at no additional cost. 1.06 ENVIRONMENTAL CONDITIONS A. Do not install acoustical ceilings until dust generating activities have terminated and overhead mechanical work is completed, tested and approved. B. Permit wet work to dry prior to commencement of installation. 09510-1 T/M18-94 ! PART 2 PRODUCTS 2.01 ACOUSTICAL CEILINGS A. Acceptable manufacturers: 1. Armstrong Cork Company. 2. "Or equal" systems by the following manufacturers: a. Celotex Corporation b. Conwed Corporation c. United States Gypsum Company B. Exposed suspended grid: 1. General: Panel manufacturer's suspended exposed tee directly hung from the structure above and in accordance with requirements of ASTM C 635 (intermediate classification). 2. Grid: Fire and non -fire rated exposed grid suspension "Armstrong Low - Gloss -type Main Runner Item 7160, Cross Tees 7161 and 7162, Wall Angle 7163 ". Grid of 24 -gage electrogalvanized steel finished with low -sheen satin white. 3. Accessories: Wire hangers. ASTM A 641, minimum 12- gauge, galvanized soft annealed, mild steel wire. C. Acoustical lay -in panels: 1. Size: 24 -inch by 48 -inch with 1 -inch wide routing to simulate 24 -inch squares. Panels to meet Federal Specification SS- S-118B Type III Class A carrying UL, Inc. label, LR Grade 1. Non -fire rated: Minimum 5/8 -inch thick. 2. Noise control: NCR rating 0.50 -0.60 range. 3. Color. Factory- applied washable white matte paint finish. 4. Panel type: Armstrong - white, non - directional, fissured, non -rated or similar. 5. 1110 edges: Square. PART 3 EXECUTION 3.01 SURFACE CONDITIONS A. Inspection: Prior to all work of this Section, the Contractor shall carefully inspect the installed work of all other trades and verify that aU such work is complete to the point where this installation may properly commence. B. Coordination: Ceiling contractor to install ceiling support system to fit around mechanical and electrical systems and equipment as required. Make necessary adjustments in wire hanger locations to accomplish this work. C. Discrepancies: In the event of discrepancy, immediately notify the Engineer. Do not proceed in areas of discrepancy until all such discrepancies have been fully resolved. 3.02 INSTALLATION EXPOSED GRID SYSTEM A. The exposed grid system shall be directly -hung installed in accordance with ASTM C 636. Deflection of any component shall not exceed 1/360 of the span. B. Install finish surfaces level and true within 1/8 -inch per 12 feet of surfaces in any direction. C. Hang main tees spaced 24 inches 0.0. with hanger wires spaced not over 48 inches along the length of the tees. D. Maximum runner rotation from plumb not to exceed 2 degrees. �. 09510-2 T/M18-94 G. Laterally brace ceiling areas exceeding 144 square feet in accordance with UBC Standard 47 -18. H. For other requirements see Paragraph 3.03 below. 3.03 INSTALLATION LAY -IN PANELS A. Layout - Plan each layout to balance border widths at opposite edges of each ceiling area. Avoid use of less- than -half width units wherever possible. B. Orient each panel in the same direction to produce a uniform direction of pattem. C. Install edge moldings at intersection of ceiling and vertical surfaces, using maximum lengths, straight, true to line and level. Miter comers. Provide edge moldings at junctions with other ceiling finishes. D. Install after major above - ceiling work is complete. Coordinate the location of hangers with other work. Ensure the layout of hangers are located to accommodate fittings and units of equipment which are to be placed after the installation of ceiling grid system. E. Where ducts or other equipment prevent the regular spacing of hangers, reinforce the nearest adjacent hangers and related carrying channels as required to span the required distance. F. Hang independently of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of the longitudinal axis or face plane of adjacent members. Hangers shall not pass through mechanical or electrical ductwork. G. Do not support fixtures from or on main runners or cross runners if weight of the fixture causes the total dead load to exceed the deflection capability. In such cases, support fixture loads by supplementary hangers located within 6 inches of each comer, or support the fixtures Independently. H. Fit acoustic lay -in panels in place, free from damaged edges or other defects detrimental to appearance and function. Fit border units neatly against abutting surfaces. I. Install lay -in panels level, in uniform plane and free from twist, warp and dents. J. Do not install fixtures so that main runners and cross runners will be eccentrically loaded. Where fixture installation would produce rotation of runners, provide stabilizer bars. K. Adjust any sags or twists which develop in the ceiling system(s) and replace any part which is damaged or faulty. 3.04 CLEANUP • A. Completely remove all fingerprints and traces of adhesives or soil and damage from the surfaces of acoustical materials, using only those cleaning materials recommended for that purpose by the manufacturer of the material being cleaned. Replace damaged or marred units as directed by the Engineer. END OF SECTION 09510-3 T/M18 -94 SECTION 09900 COATING SYSTEMS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies paint coatings and their surface preparation. 1.02 REFERENCES A. This Section incorporates by reference the latest revision of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail. Re18renG8 Ails SSPC Steel Structures Painting Council Specifications, Volume 2 NPCA National Paint and Coatings Association - Color Additives EPA Environmental Protection Agency - All current rules and regulations DOE Department of Ecology - All current rules and regulations PSAPCA Puget Sound Air Pollution Control Agency - Regulation I ASTM D3960 -89 Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings CPSA Consumer Protection Safety Agency - Consumer Protection Safety Act WISHA Washington Industrial Safety and Health Agency Regulations - All current rules and regulations 1.03 DEFINITIONS A. Coating systems include surface description, surface preparation, required dry film thickness, and the number and application procedure of the prime and finish coatings as specified in Part 3.04, Coating System Specification Sheets (COATSPEC). B. Field coating is the application or the completion of application of the coating system after installation of the surface at the site of the work. C. Dry film thickness (DFT) is the thickness of one fully cured continuous application of coating. D. Wet film thickness (WFT) is the thickness of one fully wet application of coating. E. Volatile organic content (VOC) is the portion of the coating that is a compound of carbon, is photochemically reactive and evaporates during drying or curing, expressed in grams per liter or pounds per gallon. 09900-1 T/M18.94 F. Shop coat is one or more coats applied in a shop or plant prior to shipment to the site of erection or installation where the field or finish coat is applied. G. Lead containing is defined by the Consumer Protection Safety Commission as any coating whose dried film contains greater than 0.06 percent by weight of lead. 1.04 SUBMITTALS A. Provide the following submittals in accordance with Section 01300: 1. A list of materials proposed to be used under this Section shall be provided before materials are delivered to the shop and/or the job site. The list of materials shall include blasting material proposed for use under this Section. The Contractor shall submit the recommended range of profile produced by the blasting material. 2. For each primer and finish coating, provide the manufacturer's application instructions which shall include the following: a. Surface preparation recommendations. b. Primer type, where required. c. Maximum dry and wet mil thickness per coat. d. Minimum and maximum curing time between coats, including atmospheric conditions for each. e. Curing time before submergence in liquid. 1. Thinner to be used with each coating. g. Ventilation requirements. h. Minimum atmospheric conditions during which the coating shall be applied. L Allowable application methods. j. Maximum allowable moisture content. k. Maximum storage fife. I. Material safety data sheets B. For each prime and finish coating, furnish a 12 -inch square sample. These samples shall be applied to surfaces specified in each system. Concrete and masonry samples can be applied to CMU block. 1.05 QUALITY ASSURANCE A. Standardization: 1. Materials, supplies, and articles provided shall be the standard products of manufacturers. Coatings in a particular system shall be the products of a single manufacturer. 2. The standard products of manufacturers other than those specified will be accepted when it is demonstrated to the Engineer that they are equal in composition, durability, usefulness, and convenience for the purpose intended. Requests for substitutions, in accordance with Paragraph 00710 -4.05, will be considered, provided the following minimum conditions are met: a. The proposed coating system shall use an equal or greater number of separate coats to achieve the required dry film thickness. b. The proposed coating system shall use coatings of the same generic type. c. Requests for substitution shall have directions for application and descriptive literature which includes generic type, nonvolatile content by volume , material safety data sheets, VOC's by weight per gallon, and information confirming that the substitution is equal to the specified coating system. d. The Contractor shall provide certified laboratory data sheets showing the results of complete spectrographic and durability tests performed on the proposed substitute. Tests shall be as directed by the Construction Manager /Engineer. Tests shall be performed by a laboratory which conforms to the provisions of ASTM E329 and which shall be a member of the American Council of Independent Laboratories. Costs incurred in the testing program shall be borne by the Contractor. 09900 -2 T/M18.94 e. All coating materials shall not exceed 3.5 lbs. per gallon (420 grams per Titre) of volatile organic compounds (V.O.C.) or contain greater than 0.06 percent of lead by weight. Coating materials shall not contain benzene or any other substances listed in the Registry of Toxic Effects of Chemical Substances. B. Safety 1. Comply with all current applicable safety and health regulations including the following: a. General Occupational Safety Requirements in 296-62 WAC, specifically Parts C - Hazard Communication, E - Respiratory Protection, M - Confined Space, and L - Atmospheres, Ventilation and Emergency Washings. b. General Safety and Heatth Requirements in 296 -24 WAC, specifically Part A -1, First Aid and Hazardous Materials and Flammable Liquids. c. Requirements in Chapter 173 -303 WAC, Dangerous Waste Regulations, specifically 173 - 303 -145 - Spills and Discharges, 173- 303 -160 - Containers, 173- 303 -170 - Requirements for the Generation of Hazardous Waste and 173 -303 -084 - Dangerous Waste Mixtures. d. At the completion of the job, all hazardous materials and waste are to be removed in accordance with 173 -313 WAC. 1.06 DELIVERY, STORAGE AND HANDLING A. Materials shall be delivered to the job site in their original, unopened containers. Each container shall bear the manufacturer's name brand, batch number, date of manufacture, storage life, and special directions. B. Coatings shall be stored in enclosed structures and shall be protected from weather and excessive heat or cold. Flammable materials shall be stored in accordance with state and local codes. Materials exceeding storage life recommended by the manufacturer shall be removed from the site. 1.07 PROJECT SITE CONDITIONS A. Unless otherwise specified, or required for certain water - thinned coatings, coatings shall be applied only to surfaces that are dry, and only under such combination of humidity and temperatures of the atmosphere and surfaces to be coated as will cause evaporation rather than condensation. Coating shall not be applied during rainy, misty weather, or to surfaces upon which there is frost or moisture condensation. During damp weather, when the temperature of the surface to be coated is within 10 degrees F of the dew point, the surfaces shall be heated to prevent moisture condensation thereon. Bare metal surfaces, except those which may be warped by heat, may be dehydrated by flame- heating devices immediately prior to coating application. During coating, and for a period of at least 8 hours after the coating has been applied, the temperature of the surfaces to be coated, the coated surfaces, and the atmosphere in contact shall be maintained at or above 50 degrees F and 5 degrees F above the dew point. Coating, when applied, shall be approximately the same temperature as that of the surface on which it is applied. Fans or heaters shall be used inside enclosed areas where conditions causing condensation are severe. 1.08 EXTRA MATERIALS A. The Contractor shall provide one unbroken gallon container of each color and type of coating required in the Specification. These spare coating supplies shall be stored as directed by the Construction Manager /Engineer. 09900-3 T/M18 -94 PART 2 PRODUCTS 2.01 MATERIALS A. General: Coating materials shall not be used until the Construction Manager /Engineer has inspected the materials. B. Coating systems: 1. Unless otherwise specified, prime coatings may be shop or field applied. Shop applied primer shall be as specified in each system. Field coating signifies that coating is applied in place, after installation of the surface. If the shop coating meets the requirements of this Section, the field coating may consist of touching up the shop prime coat to achieve the film thickness, continuity and coating specified in the COATSPEC. Damaged and poorly applied shop coatings that do not meet the requirements of this Section shall be removed and the surfaces recoated in accordance with the COATSPEC. 2. Surface preparation shall be as specified in each system and in Part 3. Number of coats specified in each system shall be the minimum number of coats applied to provide the required dry film thickness. 3. First prime coats for all systems shall be "White" in color whenever possible. PART 3 EXECUTION 3.01 PREPARATION A. General: 1. Surfaces to be coated shall be clean. Before applying coating or surface treatments, oil, grease, dirt, rust, loose mill scale, old weathered coatings and other foreign substances shall be removed . Oil and grease shall be removed before mechanical cleaning is started. Where mechanical cleaning is accomplished by blast cleaning, the abrasive used shall be washed, graded and free of contaminants which might interfere with the adhesion of the coatings. 2. Clean cloths and clean fluids shall be used in solvent cleaning. Cleaning and coating shall be scheduled so that dust and spray from the cleaning process will not fall on wet, newly coated surfaces. Hardware, electrical fixtures and similar accessories shall be removed or masked during preparation and coating operations, or shall otherwise be satisfactorily protected. Equipment adjacent to walls shall be disconnected and moved to permit cleaning and coating of equipment and walls and, following coating, shall be replaced and reconnected. 3. Contractor shall demonstrate that field coating is compatible with factory coating by applying small test patches of specified coating over shop coating. B. Metallic surfaces: 1. Metallic surfaces shall be prepared in accordance with applicable portions of surface preparation speciifications of the Steel Structures Painting Council (SSPC). Specific applicable standards are specified in each coating system. The solvent in solvent cleaning operations shall be as recommended by the manufacturer. 2. Preparation of metallic surfaces shall be based upon comparison with SSPC- Vis- 1 -67T, and as described herein. To facilitate inspection, the Contractor shall, on the first day of sandblasting operations, sandblast metal panels to the standards specified. Plates of ASTM A36 steel shall measure a minimum of 8 -1/2 inches x 11 inches. Panels meeting the requirements of the Specifications shall be initialed by the Contractor and the Construction Manager and coated with a clear non - yellowing finish. One of these panels shall be prepared for each type of sandblasting and shall be used as the comparison standard throughout the project. Blasting material shall meet MIL- A- 22262A(SH), "Military Specification, Abrasive Blasting Media Ship Hull Blast Clean ", and shall not be re -used. 3. Profile of blasted surfaces shall be per the manufacturer's recommendation for each coating system but be no less than 2 mils. 09900-4 T/M18 -94 4. Surface preparation for aluminum, copper, brass, and stainless steel shall be as recommended by the coating manufacturer. 5. Surface preparation for galvanized metal shall include a pressure wash with a solution of 20 pounds trisodium phosphate per 100 gallons of 160- degree water at 2500 psi. Rinse with 160- degree water 2500 psi. When the surface is dry, prepare for coating application by providing a SSPC 5P -7 (Brush off Blast). 6. Surface preparation specified in other sections of this document shall be completed prior to beginning work in Section 09900. C. Concrete, masonry and plaster surfaces: 1. Unless otherwise specified, surfaces which are to be coated shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the coating manufacturer. Moisture content will be tested by the Contractor and witnessed by the Construction Manager per ASTM D4263 -83, or approved equal. Muriatic acid solution shall not be used. Loose concrete and laitance shall be removed by sandblasting and chipping, and voids and cracks shall be repaired as specified in Section 03300. 2. Plaster surfaces shall be dry and clean and free from grit, loose plaster and surface irregularities. Cracks and holes shall be repaired with acceptable patching materials, keyed to existing surfaces, and sandpapered smooth. Surfaces to be coated with oil or varnish base coatings shall be tested for the presence of alkali. To test for alkalinity, dampen the surface area to be tested and apply a strip of pH indicator paper. The pH indicator paper shall register a '7', which indicates a neutral surface condition, before coating is applied. If indicator reads above 7', the alkali shall be neutralized . 3. Surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. 4. Steam cleaning shall be used to clean wall surfaces of existing process channels and tanks to be coated. Surfaces to be recoated, shall be repaired, cleaned and finished to the standards as specified herein, and in Section 03300. 5. Surface prepration specified in other sections,of this document shall be completed prior to beginning work in Section 09900. E. Plastic surfaces: Cleaned with solvent compatible with the specified primer and hand - sanded with a medium grit sandpaper to provide tooth for the coating system. Large areas may be power sanded or brush off blasted provided sufficient controls are employed so the surface is roughened without removing excess material. 3.02 APPLICATION A. Workmanship: 1. Coated surfaces shall be free from runs, drops, ridges, waves, laps and brush marks. Coats shall be applied so as to produce an even film of uniform thickness completely coating comers and crevices. Coating shall be done in accordance with the requirements of SSPC Paint Application Guide. 2. Coating equipment shall be designed for application of the materials specified. Compressors shall have suitable traps and filters to remove water and oils from the air. Spray equipment shall be equipped with mechanical agitators, pressure gages, pressure regulators, and spray nozzles of the proper sizes and functioning in a manner suitable to perform the work. Sandblasting shall be done only by personnel who are experienced in and familiar with EPA and OSHA methods and standards. 3. Each coat shall be applied evenly and sharply cut to line. Care shall be exercised to avoid overspraying or spattering coating on surfaces not to be coated or on surfaces previously coated. Glass, hardware, floors, roofs and other adjacent areas and installations shall be protected by taping, drop cloths or other suitable measures. B. Coating properties, mixing and thinning: Coating, when applied, shall provide a satisfactory film and smooth even surface, and glossy undercoats shall be lightly sanded to provide a surface suitable for the proper application and adhesion of subsequent coats. Coatings shall be thoroughly stirred, strained, and kept at a uniform consistency during application. Coatings 09900 -5 T /M18 -94 consisting of 2 or more components shall be mixed in accordance with the manufacturer's instructions. Where necessary to suit the conditions of the surface, temperature, weather and method of application, the coating may be thinned immediately prior to use by the addition of not more than 1 pint per gallon of the proper thinner. Unless otherwise specified, coating shall not be reduced more than necessary to obtain the proper application characteristics. Thinner shall be as recommended by the coating manufacturer. C. Method of coating application: 1. Where 2 or more coats are required, and if required by the Construction Manager /Engineer, alternate coats shall contain sufficient compatible color additive to act as indicator of coverage, or the alternate coats shall be of contrasting colors. Color additives shall not contain lead, or any lead compound as defined by the National Paint and Coatings Association (NPCA). 2. Electrical and mechanical equipment, on which the manufacturer's coating is acceptable, shall be touch -up primed and coated with 2 coats of the specified coating system to match the color scheduled. This does not apply to electrical and instrumentation equipment specified In Division 16. 3. Coating shall not be applied to a surface until it has been prepared as specified. The primer, or first coat, shall be applied by brush to all weld seams, projections (such as nuts and bolts), and crevices. Subsequent coats may be either brush or spray applied. Unless otherwise specified, prime and finish coats shall be applied at the rate recommended by the manufacturer for the service involved. Unless otherwise specified, coats for concrete and masonry shall be brushed or rolled. 4. Unless otherwise specified, finish coats shall not be applied until other work In the area is complete, and until the prime and intermediate coats have been inspected. D. Film thickness and continuity: 1. Coating system thickness is the total thickness of primer and finish coats and does not include sealers or galvanized coatings. 2. The surface area covered per gallon of coating for various types of surfaces shall not exceed those recommended by the manufacturer. The first coat on metal surfaces refers to the first full paint coat and not to conditioning or other pretreatment applications. Coatings shall be applied to the thickness specified, and in accordance with these specifications. Unless otherwise specified, no less than 2 coats shall be applied. E. Special requirements: Hangers and supports shall be coated, except for the final coat, prior to installation. Except for those to be filled with grout, the underside of ungalvanized equipment bases and supports shall be coated with at least 2 coats of rust- inhibiting primer to a minimum of 3 mils dry film thickness prior to setting the equipment in place. Bolt and bolt holes in flanges (such as those used with couplings or wafer type valves where holes and bolts as finally installed will be exposed to weather or moisture) shall be coated prior to assembly to prevent rusting of the unprotected metal. 3.03 FIELD QUALITY CONTROL A. Testing equipment shall include a magnetic dry film thickness gage as manufactured by Elcometer. Immersion areas shall be checked for pinholes, holidays and discontinuities with an electrical holiday detector. This instrument shall be a low voltage wet sponge type such as Model M -I manufactured by Tinker and Rasor, San Gabriel, Cafrfomia. Pinholes and holidays shall be repaired and recoated to the required dry film thickness. 3.04 CLEANUP A. Upon completion of coating work, the Contractor shall remove surplus materials, protective coverings and accumulated rubbish, and thoroughly clean all surfaces and repair any overspray or other coating- related damage. 09900-6 T/M16 -94 3.05 PROTECTION A. Where protection is provided for coated surfaces, such protection shall be preserved in place until the coating film has properly dried and the removal of the protection is authorized. Items which have been coated shall not be handled, worked on or otherwise disturbed, until the coating is completely dry and hard. After delivery at the site of permanent erection or installation, shop - coated metalwork shall be recoated or retouched with specified coating when it is necessary to maintain the integrity of the film. 3.06 COATING SYSTEM SPECIFICATION SHEETS (COATSPEC) A. In the following COATSPEC table, the coating system letter (A, B, C, ...) denotes the generic type of coating; the first number ( -1, -2, -3, etc.) denotes the surface; the second number ( -1 -1, -1 -2, etc.) denotes a special condition such as inside, outside, or different mil thickness. B. Surfaces to be coated, coating systems to be used, and required finishes and colors are specified in Section 09901. The final coat shall be applied only after all other work, including punch list items, has been completed. `09900 -7 T /M1 f3-94, 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System Identification: Coating Material: Surfaces: Service Condition: Surface Preparation: Ferrous Metal: Galvanized Metal Non - immersed: Application: General: A -1 High -build epoxy. Metal Immersed, nonpotable; nonimmersed, corrosive environment, color required. 1. Ferrous metal surfaces shall be prepared in accordance with SSPC SP -5 (Near White Metal Blast Cleaning). 2. All shop primed surfaces which are to be incorporated into the work shall be inspected in the field by the Construction Manager prior to all surface preparation. Damaged shop coating and ferrous metal with bleeding surfaces shall receive a SSPC SP -7 (Brush off Blast Cleaning) and recoated with specified primer prior to the application of finish coats. Galvanized metal shall be pressure washed with a solution of 20 pounds trisodium phosphate per 100 gallons of 160 degree water at 2500 psi. Rinse with 160 degree water at 2500 psi. When the surface is dry, prepare the surface for application by providing a SSPC SP -7 (Brush -Off Blast Cleaning). Shop or field Shop - applied coat shall be a minimum of 3 mils dry film. 1. Prime coat may be thinned and applied as recommended by the manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. 2. Drying time between coats shall be as specified by the manufacturer for the site conditions. Ferrous, Nonferrous Prime coat shall be the epoxy primers specified. and Galvanized Metal: System Thickness: Coatings: ALTERNATIVE 1 Primer: Finish: 16 mils dry film, minimum One coat of Devoe's Bar Rust 236. One or more coats of Devoe's Bar Rust 236. 09900.8 T/M1 8.94 Coating System Identification: ALTERNATIVE 2 Primer: Finish: ALTERNATIVE 3 Primer: Finish: ALTERNA11VE 4 Primer: Finish: ALTERNATIVE 5 Primer: Finish: A-1 (continued) One coat of Dupont's 25P HS Epoxy Mastic. One or more coats of Dupont's 25P HS Epoxy Mastic. (Not appropriate for galvanized metal.) One coat of Porters BC12 Epoxy. One or more coats of Porter's BC12 Epoxy. One coat of Sherwin Williams' Hi-Solids Catalyzed Epoxy B62/860 V7. One or more coats of Shemin Williams' Hi-Solids Catalyzed Epoxy B62/B60 V7. One coat of Tnemec's Series #69 Hi-Build Epoxoline. One or more coats of Tnemec's Series #69 HI-Build Epoxoline. 09900-9 T/M18-94 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System Identification: Coating Material: Surfaces: Service Condition (1): Surface Preparation: Concrete: Masonry: Application: System Thickness: A -2 High -build epoxy Concrete or masonry Immersed, nonpotable; nonimmersed, corrosive environment, color required. Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the coating manufacturer.. Moisture content will be tested by the Contractor and witnessed by the Construction Manager per ASTM D4263 -83, or approved equal. Loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by sandblasting and chipping, voids and cracks shall be repaired as specified in Section 03300, Finish "B ". 1. Masonry surfaces shall be allowed to age for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed. Loose or splattered mortar shall be removed by scrapping and chipping. 2. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. 3. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be cleaned and filled with block filler compatible with the specified primer. Sealer shall be applied as recommended by the coating manufacturer 1. Field 2. Sealer or filler shall dry a minimum of 48 hours prior to application of prime coat. 3. Prime coat shall be thinned and applied as recommended by the coating manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. 16 mils dry film, minimum. Wet mils shall be for unthinned material. 09900 -10 T/M18 -94 Coating System A -2 (continued) Identification: Coatings: ALTERNATIVE 1 Primer: One coat of Devoe's Bar Rust 236, applied at 10 mils wet film. Finish: One or more coats of Devoe's Bar Rust 236, applied at 10 mils wet film each coat. ALTERNATIVE 2 Primer: One coat of Dupont's 25P HS Epoxy Mastic applied at 12 mils wet film. Finish: One or more coats of Dupont's 25P HS Epoxy Mastic applied at 12 mils wet film each coat. ALTERNATIVE 3 (Not appropriate for galvanized metal.) Primer: One coat of Porter's BC12 Epoxy applied at 9 mils wet film. Finish: One or more coats of Porter's BC12 Epoxy applied at 9 mils wet film each coat. ALTERNATIVE 4 Primer: Finish: ALTERNATIVE 5 Primer: One coat of Sherwin Williams' HI- Solids Catalyzed Epoxy 865/860 V7 applied at 10 mils wet film. One or more coats of Sherwin Williams' Hi- Solids Catalyzed Epoxy applied at 10 mils wet film each coat. One coat of Tnemec's Series #69 Hi -Build Epoxoline applied at 12 mils wet film. Finish: One or more coats of Tnemec's Series #69 Hi -Build Epoxoline, applied at 12 mils wet film each coat. 09900 -11 T /M16 -94 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System Identification: Coating Material: Surfaces: Service Condition: Surface Preparation: Ferrous Metal: Galvanized Metal: Application: General: B -1 Epoxy Metal Interior /Exterior, covered, not exposed to direct sunlight, color required. 1. Bare ferrous metal surfaces shall be prepared in accordance with SSPC SP -10 (Near White Blast Cleaning). 2. All shop primed surfaces which are to be incorporated into the work shall be inspected in the field by the Construction Manager prior to all surface preparation. Damaged shop coating and ferrous metal with bleeding surfaces shall receive a SSPC SP -7 (Brush off Blast Cleaning) and recoated with specified primer prior to the application of finish coats. Pressure wash with a solution of 20 pounds trisodium phosphate per 100 gallons of 160 degree water at 2500 psi. Rinse with 160 degree water at 2500 psi. When the surface is dry, prepare the surface for paint application by providing a SSPC SP -7 (Brush -Off Blast Cleaning). Shop or field. Shop applied coat shall be a minimum of 3 mils dry film. 1. Prime coat may be thinned and applied as recommended by the manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. 2. Drying time between coats shall be as specified by the manufacturer for the site conditions. Ferrous, Nonferrous and Galvanized Metal: Prime coats shall be the epoxy primers specified. System Thickness: Coatings: ALTERNATIVE 1 Primer: Finish: ALTERNATIVE 2 Primer: Finish: 8 mils dry film, minimum. One coat of Devoe's Bar Rust 236. One or more coats of Devoe's Bar Rust 236 One coat of Dupont's 25P HS Epoxy Mastic. One or more coats of Dupont's 25P HS Epoxy Mastic. 09900 -12 T/M18 -94 Coating System B -1 (continued) Identification: ALTERNATIVE 3 Primer: Finish: ALTERNATIVE 4 Primer: Finish: ALTERNATIVE 5 Primer: Finish: One coat of Porter's #7800 Magnaline. One or more coats of Porter's #7800 Magnaline. One coat of Sherwin Williams' Epoxy Mastic B58/B58V1. One or more coats of Sherwin Williams' Epoxy Mastic B58/B58V1. One coat of Tnemec's Series #66 Epoxoline. One or more coats of Tnemec's Series #66 Epoxoline. 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System B -2 Identification: Coating Material: Epoxy Surfaces: Concrete, masonry, plaster, color required. Service Condition: Interior Surface Preparation: Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the coating manufacturer. Moisture content shall be tested by the Contractor and witnessed by the Construction Manager per ASTM D4263 -83, or approved equal. Loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces and voids and cracks shall be repaired as specified in Section 03300, Finish "A ". Masonry: 1. Masonry surfaces shall be allowed to age for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed. Loose or splattered mortar shall be removed by scrapping and chipping. Plaster: 2. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. 3. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be cleaned and filled with block filler compatible with the specified primer. Sealer shall be applied as recommended by the coating manufacturer. Plaster surfaces shall be dry and clean and free from grit, loose plaster, and surface irregularities. Cracks and holes shall be repaired with acceptable patching materials, keyed to existing surfaces, and sandpapered smooth. Surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. Application: 1. Field 2. Block filler shall be a multiple component epoxy block filler and shall dry a minimum of 48 hours prior to primer application. 3. Prime coat shall be thinned and applied as recommended by the coating manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. 4. Drying time between coats shall be as recommended by coating manufacturer. System Thickness: 8 mils dry film, minimum. Wet mils shall be for unthinned material. 09900.14 T/M18-94 Coating System B -2 (continued) Identification: Coatings: ALTERNATIVE 1 Primer: One coat of Devoe's Bar Rust 236, applied at 5 mils wet film. Finish: One or more coats of Devoe's Bar Rust 236, applied at 5 mils wet film each coat. ALTERNATIVE 2 Primer: One coat of Dupont's 25P -HS Epoxy Mastic, applied at 6 mils wet film. Finish: One or more coats of Dupont's 25P -HS Epoxy Mastic, applied at 6 mils wet film each coat. ALTERNATIVE 3 Primer: One coat of Kopcoat's Super HI -gard 891, applied at 6 mils wet film. Finish: One or more coats of Kopcoat's Super Hi -gard 891, applied at 6 mils wet film each coat. ALTERNATIVE 4 Primer: One coat of Sherwin Williams' Heavy Duty Epoxy B67/B60V3, applied at 10 mils wet film. Finish: One or more coats of Sherwin Williams' Heavy Duty Epoxy B67/B60V3, applied at 10 mils wet film each coat. ALTERNATIVE 5 Primer: One coat of Tnemec's Series #66 Hi -Build Epoxoline, applied at 9 mils wet. Finish: One or more coats of Tnemec's Series #66 Hi -Build Epoxoline, applied at 9 mils wet each coat. 09900.15 T/M18-94 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System Identification: Coating Material: Surface: Service Condition: Surface Preparation: Ferrous Metal: Galvanized Metal, Non - immersed Application: General C -1 Epoxy primer, polyurethane finish, color required. Metal Nonimmersed., exposure to moisture and sunlight, color required. Ferrous metal surfaces shall be prepared in accordance with SSPC SP- 10 (Near White Metal Blast Cleaning). Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning all surfaces in accordance with SSPC SP -2 (Hand Tool Cleaning). Damaged shop coating shall be cleaned in accordance with SSPC SP -11 (Power Tool Cleaning to Bright Metal) and recoated with the primer specified. Pressure wash with a solution of 20 pounds trisodium phosphate per 100 gallons of 160 degree water at 2500 psi. Rinse with 160 degree water at 2500 psi. When the surface is dry, prepare for paint application by providing a SSPC SP -7 (Brush -Off Blast Cleaning). Shop or field Shop - applied coat shall be a minimum of 3 mils dry film. 1. Prime coat may be thinned and applied as recommended by the manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. 2. Prime coat shall be the epoxy primer specified. Coatings: ALTERNATIVE 1 Primer One coat of Devoe's Bar Rust 236 applied at 4 mils dry film. Finish: One or more coats of Devoe's Devthane 359 applied at 4 mils dry film. System Thickness: 8 mils dry film. ALTERNATIVE 2 Primer: One coat of Dupont's 25P Epoxy applied at 5 nil's dry film. Finish: One or more coats of Dupont's 333 applied at 2 mils dry film System Thickness 7 mils dry film. 09900.16 T/M18 -94 Coating System C-1 (continued) Identification: ALTERNATIVE 3 Primer: One coat of Porter's 7300 Magna Prime applied at 4 mils dry film. Finish: One or more coats of Porters 8700 applied at 4 mils dry film. System Thickness: 8 mils dry film. ALTERNATIVE 4 Primer: One coat of Sherwin Williams' Recoatable Epoxy Primer B67A5 applied at 4 mils dry film. Finish: One or more coats of Sherwin Williams' Hi-Solids Polyurethane B65W30111360V30 applied at 3 mils dry film. System Thickness: 7 mils dry film. ALTERNATIVE 5 Primer: One coat of Tnemec's #66 Hi-Build Epoxy applied at 4 mils dry film. Finish: One or more coats of Tnemec's Series #74 applied at 4 mils dry film. System Thickness: 8 mils dry film. 09900-17 I./M18-94 • • • .• • • '' • „ , 3.06 . COATING SYSTEM SPECIFICATION SHEET—COATSPEC Coating System Identification: Coating Material: Surface: Service Condition: Surface Preparation: Application: H-1 Modified epoxy, or approved equivalent. Metal Temperature to 750 degrees F, continuous Metal surfaces shall be prepared in accordance with SSPC SP-10 (Near White Metal Blast Cleaning). 1. Field 2. Curing as required by coating manufacturer. Coating: ALTERNATIVE 1 One coat of Porters SZ-15 #1500. System Thickness 1-1/2 mils dry film, minimum. ALTERNATIVE 2 One coat of Sherwin Williams' Kem Hi-Temp Aluminum. System Thickness: 1-1/2 mils dry film, minimum. 09900-18 T/M18.94 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System L -1 Identification: Coating Material: Latex semi -gloss enamel. Surfaces: Concrete, masonry, piaster, gypsum board. Service Condition: Interior Surface Preparation: Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the coating manufacturer. Moisture content shall be tested by the Contractor and witnessed by the Construction Manager per ASTM D4263 -83, or approved equal. Loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by sandblasting and chipping, and voids and cracks shall be repaired as specified in Section 03300, Finish "A ". Masonry: 1. Masonry surfaces shall be allowed to age for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed. Loose or splattered mortar shall be removed by scrapping and chipping. 2. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. 3. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be cleaned and filled with block filler compatible with the specified primer. Plaster: Plaster surfaces shall be dry and clean and free from grit, loose plaster and surface irregularities. Cracks and holes shall be repaired with acceptable patching materials, keyed to existing surfaces, and sandpapered smooth. Surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. After cleaning, surfaces shall be sealed with a compatible sealer. Gypsum Wallboard: Tape Joints and spackled nail heads shall be sanded smooth and dusted. Seal with PVA sealer. Application: 1. Field 2. Sealer or filler shall dry a minimum of 48 hours prior to primer application. 3. Drying time between coats shall be as recommended by the coating manufacturer. System Thickness: 4 mils dry film, minimum. 6 mils wet film each coat. Wet mils shall be for unthinned material. 09900 -19 T/M18 -94 Coating System L-1 (continued) Identification: Coatings: ALTERNATIVE 1 Primer: One coat of Columbia's 00.028-PP Alkali Resistant Primer for concrete, block and plaster. One coat of 00-725-PP Vapor Shield Acrylic Primer for gypsum wallboard. Finish: ALTERNATIVE 2 Primer: Finish: ALTERNATIVE 3 Primer: Finish: ALTERNATIVE 4 Primer: Finish: ALTERNATIVE 5 Primer: Finish: ALTERNATIVE 6 Primer: Finish: ALTERNATIVE 7 Primer: Finish: Two coats of Columbia's 02-752-WB Interior Acrylic Semi-Gloss. One coat of Devoe's Bar OX 461. Two coats of Devoe's Thixacryl 412. One coat of Glidden's 3700 Series. Two coats of Glidden's 3700 Series. One coat of Parker's 1842 Acrylic Enamel Undercoater. Two coats of Parker's 300 Flex Glow. One coat of Preservative's 93-99, Styrenated Acrylic. Two coats of Preservative's 69-Series, Acrylic Semi-Gloss Latex Enamel. One coat of Sherwin Williams' Pei Ne 200 Wall Primer B28 W200. Two coats of Sherwin Williams' Pro Mar 200 Latex Semi-Gloss B31 W200. One coat of Tnemec's Series 7 Tneme-CryI. Two coats of Tnemec's Series 7 Tneme-CryI. 09900-.20 T/M18-94 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System L -2 Identification: Coating Material: Elastomeric, or approved equivalent. Surfaces: Concrete, masonry or plaster. Service Condition: Exterior, non - immersion, severe service, salt air. Surface Preparation: Concrete: Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the coating manufacturer. Moisture content will be tested by the Contractor and witnessed by the Construction Manager per ASTM 4263 -83, or approved equal. Loose concrete, form oils, surface hardeners, curing compounds, and laitance shall be removed from surfaces by sandblasting and chipping, and voids and cracks shall be repaired as specified in Section 03300, Finish "B ". Masonry: 1. ' Masonry surfaces shall be allowed to age for at least 28 days. Holes or other joint defects shall be filled with mortar and repointed. Loose or splattered mortar shall be removed by scrapping and chipping. 2. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. 3. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be cleaned and filled with block filler compatible with the specified primer. Plaster: Plaster surfaces shall be dry and clean and free from grit, loose plaster and surface irregularities. Cracks and holes shall be repaired with acceptable patching materials, keyed to existing surfaces, and sandpapered smooth. Surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. After cleaning, surfaces shall be sealed with a compatible sealer. Application: 1. Field 2. Sealer or filler shall dry a minimum of 48 hours prior to primer application. 3. Drying time between coats shall be as recommended by the coating manufacturer. Coatings: ALTERNATIVE 1 Primer: One coat of Columbia's 00 -028 PP applied at 3 mils wet film. Finish: Two coats of Columbia's 05- 410 -CC, elastomeric applied at 20 mils wet film each coat. 09900.21 T/M18-94 ALTERNATIVE 2 Primer: Finish: vrti•f• ^rryn itc +. at•A°.Y ". "^.?G "v "� One coat of Tnemec's Series 55 applied at 14 mils wet film. One coat of Tnemec's Series 6 applied at 7 mils wet film. 09900.22 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System Identification: Coating Material: Surfaces: Service Condition: Surface Preparation: Application: System Thickness: Coatings: ALTERNATIVE 1 Primer: Finish: ALTERNATIVE 2 Primer: Finish: ALTERNATIVE 3 Primer: Finish: L -3 Latex semi - gloss. Wood Interior Wood surfaces shall be cleaned of dirt, oil or other foreign substances with mineral spirits, scrapers, sandpaper or wire brush. Finished surfaces exposed to view shall be smoothed by planing or sandpapering. Millwork shall be sandpapered and given a coat of the specified exterior primer on all sides before installation. Built-in surfaces of window sills shall be double primed. Glazing rabbets and beads in exterior sash and doors shall be double primed. Small, dry, seasoned knots shall be surfaced scraped, sandpapered and thoroughly cleaned, and shall be given a thin coat of an acceptable knot sealer before application of the priming coat. Large, open, unseasoned knots, and beads or streaks of pitch shall be scraped off; however, if the pitch is still soft, it shall be removed with mineral spirits or turpentine, and the resinous area shall be coated with knot sealer. After priming, holes and imperfections shall be filled with putty or plastic wood, colored to match the finish coat, allowed to dry and sandpapered smooth. Field 4.0 mils dry film, minimum. 4.0 mils wet film for primer, 4.5 mils wet film for each coat of finish (unthinned material). One coat of Columbia's 07- 550 -PP Fast Grip Alkyd Primer. One or more coats of Columbia's 01- 262 -WB Acryshield. One coat of Parker's 1842 Latex Undercoater. Two coats of Parker's 4650 Velva Kolor. One coat of Preservative's 94 -99 Kril -Bond 2 Undercoater. Two coats of Preservative's 26 Series, Envirashield Acrylic Latex Enamel. 09900 -23 T/M18.94 ALTERNATIVE 4 Primer: Finish: One coat of Sherwin Williams' Wall and Wood Primer, B49 WZ2 VOC. One or more coats of Sherwin Williams' Pro Mar 200 Latex Semi -Gbss. 09900 -24 T/M18 -94 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System Identification: Coating Material: Surfaces: Service Condition: Surface Preparation: Concrete: Masonry: Application: System Thickness: Coatings: ALTERNATIVE 1 Primer: Finish: J -1 Semi -gloss alkyd enamel Concrete or masonry Interior /Exterior Concrete surfaces shall be allowed to age for at least 28 days and allowed to dry to the moisture content recommended by the coating manufacturer. Moisture content shall be tested by the Contractor and witnessed by the Construction Manager per ASTM D4263 -83, or approved equal. Loose concrete, form oils, surface hardeners, curing compounds, and laftance shall be removed from surfaces by sandblasting and chipping, and voids and cracks shall be repaired as specified in Section 03300, Finish "S" 1. Masonry surfaces shall be allowed to age for at least 28 day's. Holes or other joint defects shall be filled with mortar and repointed. Loose or splattered mortar shall be removed by scrapping and chipping. 2. Masonry surfaces shall be cleaned with clear water by washing and scrubbing to remove foreign and deleterious substances. 3. Muriatic acid shall not be used. After cleaning, masonry surfaces shall be cleaned and filled with block filler compatible with the specified primer. Sealer shall be applied as recommended by the coating manufacturer 1. Field 2. Sealer or filler shall dry a minimum of 48 hours prior to application of prime coat. 3. Prime coat shall be thinned and applied as recommended by the coating manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. 5 mils dry film, minimum. Primer coat shall be 4 mils wet film. Finish coat shall be 3.5 mils wet film each coat. One coat of Columbia's 00- 028 -PP, Alkali- resistant Primer. Two coats of Columbia's 03 -241 Series Alkyd Enamel. 09900-25 T/M18-94 Coating System Identification: ALTERNATIVE 2 Primer: Finish: ALTERNATIVE 3 Primer: Finish: ALTERNATIVE 4 Primer: Finish: ALTERNATIVE 5 Primer: Finish: J -1 (continued) One coat of Porter's #767 Latex Primer Sealer. Two coats of Porter's #8200 Semi- GIoSs. One coat of Preservative's 93 -99 Prime One LatexPrimer Sealer. Two coats of Preservative's 4 Series Alkyd Semi -Gloss Enamel. One coat of Sherwin Williams' Pro Mar Masonry Conditioner B46WZ100. Two coats of Sherwin Williams' industrial Enamel B54Z VOC. One coat of Tnemec's Series #88 Primer. Two coats of Tnemec's #23 Enduratone. '09900.26 T/M18.94. 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System J -2 Identification: Coating Material: Semi -gloss alkyd enamel. Surfaces: 1. All exposed surfaces of cast iron and steel piping Inside buildings or tunnels and above grade outdoors, including valves, fittings, flanges, bolts, supports and accessories therefore, and including galvanized surfaces after proper priming. 2. All exposed surfaces of electrical conduit inside buildings (except banks of conduits in multiple layers hung from ceilings), including fittings, boxes, supports, and accessories therefor, after proper priming. Service Condition: Interior /Exterior Surface Preparation: Ferrous Metal: 1. Ferrous metal surfaces shall be prepared in accordance with SSPC SP -10 (Near White Metal Blast Cleaning). 2. All shop primed surfaces which are to be incorporated into the work shall be inspected in the field by the Construction Manager prior to aU surface preparation. Damaged shop coating and ferrous metal with bleeding surfaces shall receive a SSPC SP -7 (Brush off Blast Cleaning) and recoated with specified primer prior to the application of finish coats. Galvanized Metal: Galvanized metal, nonimmersed, pressure wash with a solution of 20 pounds trisodium phosphate per 100 gallons of 160 degree water at 2500 psi. Rinse with 160 degree water at 2500 psi. When the surface is dry, prepare for paint application by providing a SSPC SP -7 (Brush -Off Blast Cleaning). Application: Shop or field. Shop - applied coat shall be a minimum of 3 dry mils. General: 1. Prime coat may be thinned and applied as recommended by the manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. 2. Drying time between coats shall be as specified by the manufacturer for the site conditions. Ferrous, Nonferrous and Galvanized Metal: Prime coat shall be the primers specified. System Thickness: 5 mils dry film, minimum. 09900 -27 T/M18 -94 Coating System Identification: Coatings: ALTERNATIVE 1 Primer: Finish: ALTERNATIVE 2 Primer: Finish: ALTERNATIVE 3 Primer: Finish: ALTERNATIVE 4 Primer Finish ALTERNATIVE 5 Primer: Finish: J -2 (continued) One coat of Dupont's 681 -FD Alkyd Primer. One or more coats of Dupont's Dulux 31 P Alkyd Semi - Gloss. One coat of Porter's #280 HS Universal. One or more coats of Porter's #8200 Semi -Gloss Enamel. One coat of Preservative's 28 -91 LCF Primer. One or more coats of Preservative's 4 Series Alkyd Semi -Gloss Enamel. One coat of Sherwin Williams' Kem Kromik Universal Metal Primer. One or more coats of Sherwin Williams' Industrial Enamel VOC B54Z Series. One coat of Tnemec's Series 88 Primer. One or more coats of Tnemec's #23 Enduratone. 09900 -28 T/M18.94 3.06 COATING SYSTEM SPECIFICATION SHEET — COATSPEC Coating System J -3 Identification: Coating Material: High -gloss alkyd enamel. Surfaces: 1. All exposed surfaces of cast iron and steel piping Inside buildings or tunnels and above grade outdoors, including valves, fittings, flanges, bolts, supports and accessories therefor, and including galvanized surfaces after proper priming. 2. All exposed surfaces of electrical conduit inside buildings (except banks of conduits in multiple layers hung from ceilings), including fittings, boxes, supports, and accessories therefor, after proper priming. Service Condition: Surface Preparation: Ferrous Metal: Galvanized Metal Non - immersed: Application: General: Interior /Exterior 1. Ferrous metal surfaces shall be prepared in accordance with SSPC SP -10 (Near White Metal Blast Cleaning). 2. All shop primed surfaces which are to be incorporated into the work shall be inspected in the field by the Construction Manager prior to all surface preparation. Damaged shop coating and ferrous metal with bleeding surfaces shall receive a SSPC SP -7 (Brush off Blast Cleaning) and recoated with specified primer prior to the application of finish coats. Galvanized metal, nonimmersed, pressure wash with a solution of 20 pounds trisodium phosphate per 100 gallons of 160 degree water at 2500 psi. Rinse with 160 degree water at 2500 psi. When the surface is dry, prepare the surface for paint application by providing a SSPC SP -7 (Brush -Off Blast Cleaning). Shop or field. Shop - applied coat shall be a minimum of 3 dry mils. 1. Prime coat may be thinned and applied as recommended by the manufacturer, provided the coating as applied complies with prevailing air pollution control regulations. 2. Drying time between coats shall be as specified by the manufacturer for the site conditions. Ferrous, Nonferrous and Galvanized Metal: Prime coat shall be the primers specified. System Thickness: 5 mils dry film, minimum. 09900-29 T/M18 »94 Coating System J -3 (continued) Identification: Coatings:. ALTERNATIVE 1 Primer: One coat of Devoe's Bar OX 461 Primer. Finish: One or more coats of Devoe's Bar OX 462. ALTERNATIVE 2 Primer: One coat of Dupont's 681 -FD Alkyd Primer. Finish: One or more coats of Dupont's Dulux 30P Alkyd Gloss Enamel. ALTERNATIVE 3 Primer: One coat of Porter's #280 HS Universal. Finish: One or more coats of Porter's #8200 Gloss Enamel. ALTERNATIVE 4 Primer: One coat of Preservative's 28-91 LCF Primer. • Finish: One or more coats of Preservative's 10 Series Alkyd Gloss Enamel. ALTERNATIVE 5 Primer One coat of Shemin Williams' Kem Kromik Universal Metal Primer. Finish One or more coats of Sherwin Williams' Industrial Enamel VOC B54Z Series. ALTERNATIVE 6 Primer: Finish: One coat of Tnemec's Series 88 Primer. One or more coats of Tnemec's #2H Tneme - Gloss. 09900-30 T/M18 -94 ,.• 3.06 COATING SYSTEM SPECIFICATION SHEET—COATSPEC Coating System Identification: Coating Material: Grease Surface: Metal Surface Preparation: Ferrous Metal Ferrous metal surfaces shall be prepared in accordance with SSPC SP-1 (Solvent Cleaning). Application: Field Coating shall be applied with stiff brush, hand swab, or airless spray gun. System Thickness: 50 square feet per gallon Coating: One coat of grease coating such as Inertol Grease by Koppers or Rust Inhibitive Grease by Texaco. END OF SECTION 09900-31 T/M18•94 SECTION 09901 FINISHES AND COLORS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies finishes and colors for rooms, equipment and other items which are to be paintead or have other architectural finishes. 1.02 RELATED SECTIONS A. Section 09900 - Coating Systems 1.03 REFERENCES A. Wherever a particular manufacturer's number or description (such as for vinyl or ceramic tile) is referenced, it is for the purpose of defining the required color or pattem. 1.04 PAINTING SCHEDULE A. In the following schedule, the coating system for each specified surface shall comply with those listed in COATSPEC, Section 09900. Coat surfaces indicated on this schedule unless specifically noted otherwise on the Drawings or in the Specifications. Surfaces Color Paint System 1. Metal, including flashings, doors, As selected by J -1 louvers frames, site accessories Engineer 2. Interior gypsum board Metro standard off-white J -2 3. Interior CMU and concrete walls Metro standard off-white J -3 and ceilings 4. Electrical Switchgear - Panels, See Paragraph 16050 -2.01 Transformers 5. Miscellaneous exposed conduit, Match adjacent surfaces J4 piping, utilities, etc. 6. Concrete floor striping Yellow to match existing striping J -3 PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION 09901 -1 T/M18 -94 SECTION 10670 STORAGE RACKS AND SHELVES PART 1 GENERAL 1.01 SUMMARY A This section specifies bar racks and shelves to be installed in existing storage shed located north of maintenance building at South Base. 1.02 SUBMITTALS A. Submit the following in accordance with Section 01300: 1. Product Data: a. List of materials proposed for use including clamps and fasteners. b. Prior to ordering, submit manufacturer's literature to the construction manager for review, manufacturer's descriptions installation data including details of anchorage to existing concrete floor, and warranties for items proposed for use including load criteria. Clearly indicate identification mark for each item. 2. Calculations in accordance with Paragraph 2.01B. 1.03 STORAGE AND HANDLING A. Deliver and store material in manufacturer's original, unopened undamaged containers. B. Handle material in such a manner to prevent damage to products or finishes. PART 2 PRODUCTS 2.01 STORAGE RACKS A. Bar Racks: Storage racks for bars, poles, rods or any elongated stock shall be single face made by using one starter unit and six adder units. Starter unit shall consist of two (2) uprights, three (3) divider pans, fourteen (14) arms and two (2) cross braces 36 inches wide, 21 inches deep and 78 inches high. Adder unit shall consist of one (1) upright three (3) divider pans, seven (7) arms and two (2) cross braces. Adder unit shall use common upright of starter unit. Arms shall be adjustable on 2 inch centers. Bar racks shall be designed to support 6,000 pounds per unit and 1,000 pounds per arm. B. Seismic Loading Design Provisions: Bar rack and its connection to concrete floor shall be designed by a registered structural engineer and in accordance with Seismic Zone 3, Table 23 -B, Table 23 -P and UBC Standard 27 -11 provisions of the latest edition of the Uniform Building code with Seattle amendments, in addition to all other loading conditions. Evidence of design shall be submitted for review. 2.02 STORAGE SHELVES A. Storage shelves shall be fabricated using welded steel grating of the size shown in the drawings. Steel grating shall be fabricated using bearing bars at maximum of 1 -1/4 -inch centers, and cross bars at 4 -inch centers. Steel grating for storage shelves shall be designed to support 200 pounds per square foot and 300 pounds/foot of grating width concentrated Toad at mid -span. B. Anchoring device to steel framing shall be as recommended by grating manufacturer. Anchors shall resist a horizontal force of 0.5 times the rated shelf capacity. 10670-1 T/M18.94 2.03 FINISHES A. Steel shall be galvanized unless indicated otherwise. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that conditions for installation of bar racks and dimensional tolerance for storage shelves are acceptable. 3.02 INSTALLATION A. Fieldwork shall not be permitted on galvanized items. Perform no drilling of bolts or enlargement of holds to correct misalignment. B. Bar racks shall be secured to existing concrete slab by using epoxy drilled in concrete anchors. 3.03 CLEANING A. After installation, clean and touch up damaged surfaces. Touch up damaged galvanized surfaces with Galvicon, as manufactured by Gaivicon Co., or approved equal. END OF SECTION 10670 -2 T/M18 -94 SECTION 11060 ELECTRIC MOTORS PART 1 GENERAL 1.01 SUMMARY A This Section specifies alternating current induction motors, 250 horsepower or less, to be provided with the driven equipment. The motors are constant speed in Frame Sizes 48 to 447T. 1.02 REFERENCES A. This Section incorporates by reference the latest revision of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Lle. NEMA MGI Motors and Generators UL 674 Motors and Generators, Electric, for Use in Hazardous Locations, Class I, Groups C and D, Class II, Groups E, F and G UL 1004 Motors, Electric ANSI/IEEE 112 Test Procedures for Polyphase Induction Motors and Generators NEC National Electrical Code (NFPA 70) UBC Uniform Building Code WAG 296 -46 Washington Administrative Code 1.03 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. "Motor Data" Form No. 11060A in Section 01999. A separate motor data form shall be provided for motors 1/2 horsepower and greater. 2. Motor outline, dimensions and weight. 3. Manufacturer's general descriptive information relative to motor features. 1.04 QUALITY ASSURANCE A. Motors shall be built in accordance with UL 674, UL 1004, NEMA Standard MGI, and to the requirements specified. PART 2 PRODUCTS 2.01 GENERAL A. Unless otherwise specified, motors shall have a NEMA design letter 13 torque characteristic as described in NEMA MGI -1.16. The insulation shall be non- hydroscopic. 11060.1 T/M18 -94 2.02 MOTORS LESS THAN 1/2 HORSEPOWER A. General: Unless otherwise specified, motors, less than 1/2 horsepower shall be squirrel cage, single - phase, capacitor start induction run type. B. Rating: Motors shall be rated for operation at 1150 volts, single- phase, 60 -Hz, and shall be continuous -time rated in conformance with NEMA Standard MGI- 10.35. Dual voltage (115/230) rated motors are acceptable if all leads are brought out to the conduit box. C. Enclosures: 1. Unless otherwise specified, motors shall have drip -proof enclosure. 2. Where specified, explosion -proof motors shall bear the UL label for Class I, Division 1, Group D hazardous locations. An overtemperature device in the enclosure shall be provided to detect and automatically deenergize the motor if the enclosure surface temperature exceeds 280 degrees C. The nameplate shall be marked with the UL frame temperature code T2A. 2.03 MOTORS 1/2- HORSEPOWER THROUGH 250 HORSEPOWER A. General: 1. Motors 1 /2- horsepower through 250 horsepower shall be 3- phase, squirrel cage, induction motors designed for 460 -volt, 60 -Hz operation. Dual voltage (230/460) rated motors are acceptable if all leads are brought out to the conduit box. 2. Motor enclosure, rpm, horsepower, and modifications (if any) are specified in the specific equipment specification section. B. Drip -proof motors: Unless otherwise specified, drip -proof motors shall have a Class B insulation with a service factor of 1.15. C. Totally enclosed fan cooled motors: totally enclosed fan cooled (TEFC) motors with frame sizes 182 and larger shall have cast -iron frames and end shields. Smaller frames shall be constructed of rolled steel with cast -metal end shields. Motors shall be provided with condensation drain holes. Frame sizes 286 and larger shall have an automatic breather /drain device provided in the drain hole 1. General duty motor: The TEFC general duty motor shall have Class B insulation with a service factor of 1.15. 2. Severe duty motor. The TEFC severe duty motor shall have a Class F insulation with a service factor of 1.15. Internal surfaces shall be coated with a corrosive - resistant epoxy paint. Severe duty TEFC motors shall be Reliance Electric, SXT -XT; Westinghouse Mill and Chemical; or approved equal. 3. Energy efficient, severe duty motor: The TEFC energy efficient motor shall be Identical to the severe duty motor except that it shall be designed to comply with the minimum nameplate efficiency in Table A. The efficiency shall be as determined by the dynamometer test method, IEEE 112, Method B. Energy efficient, severe duty motors shall be Reliance, Duty - Master, XE; Baldor Super -E; or approved equal. Table A, Minimum Nameplate Efficiency Speed. rpm J-iP range 1200 1800 3600 1 -2 86 81 81 3 -5. 89 88 86 7 -25 90 90 89 30-60 92 93 92 75 -250 94 95 94 4. Explosion -proof motor a. The TEFC explosion -proof motors shall be UL- listed for Class I, Group D hazardous atmospheres. The motor shall have a Class B insulation with a 1.15 service factor. UL- approved breather /draln device shall be provided in the motor drain hole. The motor shall be provided with a frame temperature thermostat which meets the UL frame temperature limit code T2A (280 degrees C). The thermostat shall contain an 11060 -2 T/M18 -94 automatically reset normally closed contact rated 2 amperes at 115 V AC. The nameplate shall be marked with the temperature limit code. END OF SECTION SECTION 14400 HYDRAULIC LIFTS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies materials, equipment, incidentals and procedures to furnish, install, and test the 3 -post axle rifts (wheel base) and the 4 -post platform lifts. 1.02 RELATED SECTIONS A. Section 11060 - Electric Motors B. Section 15050 - Basic Mechanical Materials and Methods C. Section 15480 - Special Piping Systems 1.03 QUALITY ASSURANCE A. References: This Section incorporates by reference the latest revisions to the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Idle. ASTM D149 ASTM D570 ANSI/ALI B153.1 ANSI /AWS D1.1 Test Methods for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies Test Method for Water Absorption of Plastics Automotive Lifts - Safety Requirements for the construction, care, and Use Structural welding Code - Steel B. Qualifications of Installer: The installer shall be a Rotary Authorized In- ground Heavy Duty Lift Installer and shall have current certification as such. C. Equipment shall conform to the requirements of ANSI /ALI B153.1 and shall be clearly marked indicating compliance with the standard. D. Welds and Welding 1. All critical welds on the equipment shall be full penetration welds. 2. All welds, including tack welds, shall conform to the requirements of ANSI/AWS D1.1 for Dynamically Loaded Structures. 3. All welding, shall be by certified welders, ANSUAWS D1.1 minimum. E. Weld testing and Examination 1. All full penetration welds shall be ultrasonically and visually tested/examined per the requirements of ANSI /AWS D1.1. All other welds shall be tested/examined by magnetic particle and visual inspection 2. Tests/examinations shall be performed by Metro or its representative with the costs of such testing/examination to be bome by Metro. 3. Metro will authorize shipment of equipment upon receipt and approval of welding inspection 14400 -1 T/M18 -94 reports. 1.04 SUBMITTALS A. Provide within 10 days of Notice to Proceed in accordance with the requirements of Section 01300: 1. Rotary Lift Drawings: a. Show installation information and data, including general dimensions, piping connections, and construction details. b. Shop drawings showing modifications to standard product to comply with the requirements of this Specification. 2. Installer's current certificate as a Rotary Authorized In- Ground Heavy Duty Lift Installer. B. Provide in accordance with the requirements of Section 01300: 1. Shop Drawings: a. Show dimensions related to building grid lines, required clearances, methods of joining to other work, utility locations, and wiring diagrams, and other pertinent information. b. Manufacturer's printed data may be substituted provided required information is included. 2. Affidavit from Rotary that welds conform to the requirements of ANSVAWS D1.1 for Dynamically Loaded Structures and are by certified welders.. 3. Affidavit that lift was installed by the Rotary Authorized In -Ground Heavy Duty Lift Installer and a written guarantee of the work by the installer. 4. Operating and Maintenance Data: Comply with requirements of Section 01730. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Protect against damage and discoloration per manufacturer's recommendations. B. Jacking units shall be filled with hydraulic oil within one week of delivery, whether in storage or installed. 1.06 WARRANTY A. Work specified herein subject to warranty terms specified in General Conditions. PART 2 PRODUCTS 2.01 MANUFACTURER A. Rotary Lift Division of Dover Industries. No substitutions are permitted. 2.02 3 -POST AXLE LIFT A. Model: Rotary R3PML 3 -post axle lift, modified per Metro requirements and shown on Rotary drawing number PR9406103. B. General: 1. Operation: Electric/Oil 2. Lift Capacity: a. Each post: 25,000 lbs. b Total Combined: 75,000 lbs. c. Above capacities at maximum oil pressure of 285 PSI. 3. Safety Leg Capacity: 25,000 lbs. each post. 4. Lift Rise: a. South and East Bases: Top of pistons shall rise to 71 inches above the concrete floor. b. Atlantic Base: Shall be equipped with two sets of stops so that top of pistons shall rise to 61 and 71 inches respectively above the concrete floor. 5. Superstructure Type: Saddle to accept Metro's existing laterally adjustable axle supports. 6. Wheel Base Adjustment Range: 14400 -2 T/M18 -94 a. Front: 132 inches to 338 inches. b. Rear: 199 inches to 360 inches. 7. Cover Plates: 24- inches long sections, easily removable and replaceable. 8. Steel axle shafts shall have a minimum tensile strength of 200,000 PSI . C. Wheelbase Adjustment 1. Front and rear posts move fore and aft to desired wheel base setting. 2. Individual chain and sprocket mechanisms driven by hydraulic motors to move each post and associated cover plates. 3. Drive mechanisms to be located in full length pit 4. Location of front and rear recessed pockets per drawings 2.03 4 -POST PLATFORM LIFT A. Model: Rotary R0412E, 4 -post platform lift, modified per Metro requirements and shown on Rotary drawing number PR930369 B. General: 1. Operation: Electric/Oil 2. Lift Capacity: a. Each post: 25,000 lbs. b Total Combined: 100,000 tbs. c. Above capacities at maximum oil pressure of 285 PSI. 3. Safety Leg Capacity: 25,000 lbs. each post. 4. Lift Rise: Top of platforms shall rise to 70 inches above the concrete floor. 5. Superstructure Type: Platform, 30 inches wide yoke. 2.04 JACKING UNITS A. General: 1. Manual air bleed on top of casing flange. 2. Safety control orifice in oil connection to limit lift lowering speed to 20 fpm under rated bad. B. Capacity Rating: 25,000 lbs. each post C. Seal: 1. Single lip, 300 PSI working pressure. 2. Designed for surface replacement not requiring piston removal. D. Pistons: 1. 12 5/8 inches nominal diameter; finish diameter such that all pistons are interchangeable. 2. Finish: Hard chrome plating, 0.002 -inch minimum thickness. E. Casing 1. Steel pipe with welded -in bulkheads and flanges. Upper and lower bearings shall be welded to casing wall and lined with babbit to prevent scoring. Bearing span shall such as to ensure rigidity and smooth operation. 2. Bearing finish diameter such that all pistons are interchangeable. F. Factory Test: Test hydrostatically to 300 PSIG to ensure adequate strength and freedom from leaks. 2.05 MULTI - POSITION REMOTE - RELEASE SAFETY LEGS A. Equip each post with remote release safety legs that lock at 3 -inch increments starting no less than 18- inches from floor level and extending through full rise. 8. Release: Air - operated simultaneously for all legs. C. Capacity Rating: 25,000 lbs. each post. 14400-3 T/M18 -94 2.06 HYDRAULIC POWER SUPPLY A. Reservoir: 1. Usable Volume: Lift requirement plus 20 percent reserve minimum. 2. Armored sight glass to cover full range of operating and reserve levels, equipped with isolation valves. 3. Drain valve with isolation valve and cap. 4. Fill spout with cap. 5. Internal baffles. 6. Suction pipes with strainers. 7. Power supply reservoir shall be at least 36 inches tall. B. Hydraulic Pumps and Drive Motors: 1. Gear -type, rated no less 6,000 PSI to ensure minimum slip. 2. One pump for each post mounted on a common shaft and driven by a common motor. 3. Drive motors: a. Shall all be same manufacturer and model; Baldor or US motor; 1725 RPM. b. 20 horsepower for the 3 -post axle lifts: 25 horsepower for the 4 -post platform lifts. c. Starters shall be NEMA 1, Type 1, and shall be soft-start type. 4. Drive couplings between the pumps and motors shall be identical regardless of horsepower for commonalty of parts and shall all be covered with a safety guard. 5. Pumps, motors, and couplings shall be designed for reverse operation so that the pistons are pumped up and down. 6. Pump, motor, coupling, and coupling safety guard shall be a complete assembly and shall be mounted on a common baseplate. The baseplate shall be mounted to the top of the power supply reservoir with vibration isolators. 7. Provide one pressure relief valve and retum piping for each pump /post. Equip each valve with a pressure gauge isolating valve. 8. See drawings for RH/LH orientation of pumping assembly and supply and retum piping for each reservoir. C. Filtration System: 1. Hydraulic power supply shall be equipped with an independent filtration system to periodically clean the hydraulic fluid. 2. System shall include a pump, drive motor, coupling, coupling safety guard, filter, suction pipe with strainer, and retum piping. Pump may be mounted directly to drive motor. 3. Pump drive motor shall be less than less than 1/2 horsepower . 4. All filtering system components shall be completely assembled and mounted on a common baseplate. The baseplate shall be mounted to the top of the power supply reservoir with vibration isolators. 5. Pump cycle shall be controlled by the main lift control PLC and shall be completely adjustable for frequency and duration. The initial setting shall be for one -hour per day beginning at midnight. 6. Filter and pump shall be selected to provide the filtration recommended by the hydraulic pump manufacturer. 7. Filter shall be equipped with an element- change tell -tale and a pressure relief bypass. Fitter shall be selected and located for ease of element change and so that the hydraulic fluid will not drip on adjacent surfaces when the element is changed. D. Hydraulic Fluid: 1. 3 -post axle lifts: Unocal AW32. No substitutions are permitted. 2. 4 -post platform lifts: Shell Rimula 10W. No substitutions are permitted. 3. System shall be filled by Contractor with the above fluids. 2.07 CONTROLS A. Each lift will be equipped with Rotary's Equalized Power Unit . B. Panels and components shall be identical in size and configuration except for the main pump starter size and the quantity of such components as valves. 144004 T/M18 -94 C. Include E -prom option and E -proms for the PLC. D. Each 3 -post axle tilt shall be controlled by 2 pendants hanging from manually - retractable wire reels. Pendants shall be equipped with a 6 -feet umbilical cord terminated with a threaded multi -pin quick- connect. The cords on the wire reels shall be terminated with the matching hatf of the threaded multi -pin quick connect. Pendant shall be originally set to be 6 feet 6 inches above finished floor and then allow for 30 feet of additional pull down from cord reel. Cord shall be designed for the stresses of connection to a cord reel and include strain relief cable holders at the ceiling and pendant. E. Each 4 -post platform lift shall be controlled by a NEMA 4 control panel attached to a wall mounted bracket as shown in the drawings. 2.08 PIPING A. All piping, unless otherwise approved, shall be Schedule 80, black steel. B. Flexible hydraulic hose shall be Aeroquip 2651 -40, 2.38 -inch I.D., or approved equal, crimped -on swivel fittings preferred. C. Install dielectric fittings as shown on Drawings. 2.09 SPARE PARTS A. Provide the following spare parts In accordance with Section 01750: 1. 3 complete pumping assemblies for the 3 -post axle lifts, including pumps, couplings, coupling safety guards, motors and baseplates. Each assembly to be individually palletized and packaged and protected for long -term storage. 2. 1 complete pumping assembly for the 4 -post platform lift, including pump, coupling, coupling safety guard, motor and baseplate. Assembly to be palletized and packaged and protected for long -term storage. 3. 1 complete hydraulic power supply filtration system, including pump, coupling, coupling safety guard, motor, fitter and baseplate. Assembly to be palletized and packaged and protected for long -term storage. 4. 21 sets of piston seals and glands. 5. 3 filter elements for the hydraulic power supply filtration system. PART 3 EXECUTION 3.01 EXISTING CONDITIONS A. Verify that surfaces to receive equipment are properly prepared. B. Prior to starting work, notify Engineer about defects requiring correction. C. Do not start work until conditions are satisfactory. 3.02 PROTECTING WORK OF OTHER SECTIONS A. Protect against damage and discoloration caused by work of this Section. 3.03 INSTALLATION A. Follow manufacturer's directions. B. Secure plumb, level, square, straight, and true as applicable. C. Set recessed equipment flush with adjacent floor surface. 14400 -5 T/M18 -94 D. Make all utility connections. E. Anchor utility piping to prevent vibration, thrust, displacement, etc. F. Install hydraulic power supply reservoir on concrete housekeeping pad in accordance with Section 15050. G. FiU system with hydraulic fluid. 3.04 FIELD TESTING A. Leak Test: 1. Cycle each jacking unit ten times to maximum height, bleeding air as required. 2. Extend pistons to maximum height. Test at 300 PSIG for 24 hours in accordance with Paragraph 15480 -3.04. B. Performance Test: 1. Employ independent agency to perform test. 2. Perform test in the presence of Engineer and under supervision of Rotary representative. 3. Use of buses not permitted for testing. 4. Load each jacking unit with 28,000 lbs., centrally located. Cycle ten times to maximum height. After tenth cycle, hold at maximum height for two hours with no leaks or loss in pressure. 5. Hydraulic fluid filtration system shall be run continuously during testing. 3.05 CLEANING AND FLUSHING A. Thoroughly clean hydraulic oil reservoir before filling with fluid. B. After hydraulic piping is completed and before running main pressure pumps, clean all piping by pulling a solvent- soaked tightly- fitting cleaning ball or swab through the system. Repeat until clean to the satisfaction of the engineer. 3.06 TRAINING A. Operation: 9 classes of 3 hours each for a total of 27 hours: 1. 1 class for each of the 3 shifts at each of the 3 bases: Atlantic, East and South. 2. Trainees to be equipment users, including vehicle mechanics, their supervisors, and other staff. 3. Required instruction includes, at a minimum, operation and safety. B. Maintenance: 3 classes of 3 hours each for a total of 9 hours: 1. 1 class at each of the 3 bases: Atlantic, East and South. 2. Trainees to be lift maintenance personnel and other staff. 3. Required instruction includes, at a minimum, system start-up, adjustment, and maintenance. 4. Trainees for these sessions will have attended the operation and safety sessions. C. Instructor: Factory- trained, qualified, and approved by Metro. D. Training Manuals: Operating and Maintenance Manuals. E. Prior to training, coordinate and review proposed training schedule and materials with Mike Eeds, Chief of Transit Maintenance Training, or his designee. 3.07 READJUSTING A. 30 days prior to warranty expiration, inspect and where necessary, readjust equipment to operate smoothly, easily, and properly. END OF SECTION 14400 -6 T/M18 -94 SECTION 15050 BASIC MECHANICAL MATERIALS AND METHODS PART 1 GENERAL 1.01 SUMMARY A. This Section includes the materials and methods common to more than one section of Divisions 14 and 15. Mechanical materials specified under other sections of Divisions 14 and 15 shall also meet the requirements of this Section, unless otherwise specified. B. The mechanical work in the Mechanical Division shall include, but not be limited to, the following: 1. Plumbing systems including drainage and industrial waste. 2. Special piping systems including compressed air and hydraulic. 1.02 QUALITY ASSURANCE A. References in technical sections to a particular organization's standards shall be in accordance with those standards unless more restrictive criteria is indicated in the technical section. B. Work and materials shall be in accordance with requirements of all applicable local codes, regulations and ordinances, the National Electrical Code, Uniform Building Code, Uniform Plumbing Code, Uniform Mechanical Code and Uniform Fire Code (locally adopted edition), the latest standards of the NFPA National Fire Codes, and the rules and regulations of all other authorities having jurisdiction. Nothing in Drawings and Specifications shall be construed to permit work not in conformance with these codes, rules, and regulations. C. Where Drawings or Specifications call for material or construction of a better quality or larger sizes than required by the above - mentioned codes, rules and regulations, the provisions of the Specifications shall take precedence over requirements of the codes, rules and regulations. D. Furnish without extra charge additional material and labor when required for compliance with these codes, rules and regulations, even though the work may not be mentioned in the Specifications or shown on the Drawings. E. Pressure vessels, safety devices, and appurtenances shall comply with standards of and bear stamp of ASME. F. Electrical motors, starters, controls, devices and wiring shall comply with standards of NEC and shall be UL listed or Factory Mutual Approved and so identified. 1.03 DRAWINGS A. Drawings are diagrammatic and show the general design, arrangement and extent of the systems. Do not scale drawings for roughing in measurements, nor use as shop drawings. Make field measurements and prepare shop drawings for submittal. Coordinate work with shop drawings of other Specification divisions. B. Contractor shall investigate the capacity and space requirements of the proposed equipment before submitting shop drawings. C. Where conditions necessitate a rearrangement, prepare and submit to the Engineer, for approval, drawings of the proposed rearrangement. Because of the small scale of the drawings, it is not possible to show all offsets, fittings, and accessories which may be required. Carefully Investigate the structural and finish conditions and the work of other trades and arrange work accordingly, furnishing such fittings, traps, valves and accessories as may be required to meet such conditions. 15050 -1 T/M18 -94 1 1.04 SUBMITTALS A. General: Submittals shall be in accordance with Section 01300, Shop Drawings, Product Data, and Samples. Additional detailed submittal requirements are given in individual sections of the Specifications. Submit product data and shop drawings in one complete submittal for each Specification section. B. Product Data: Submit catalog data and other descriptive literature to fully substantiate the conformance with specifications of equipment and materials submitted. Mark product data to indicate exactly those items that are to be provided and cross out unrelated or non - applicable items. In addition, submit manufacturer's detailed installation instruction on all equipment and materials submitted. C. Shop Drawings: Submit drawings for fabrication and installation of system components. Include fully dimensioned layout of all piping. Include fully dimensioned drawings of all support brackets for piping, support brackets for related equipment, and all associated connection details to piping systems. Coordinate shop drawings with work of other trades. 1.05 OPERATION AND MAINTENANCE DATA A. Submit operating and maintenance data in accordance with Section 01730. PART 2 PRODUCTS 2.01 GENERAL A. Materials and apparatus shall be new unless otherwise specified, and each shall have all necessary trimmings, accessories and controls required to make it functionally complete. Equipment shall fit into assigned spaces and design weights shall not be exceeded. All items of the same type shall be of the same manufacturer. All phases of the work will be performed by competent workmen, skilled in their respective trades. Follow best trade practices at all times, and provide first -class workmanship throughout. B. Materials and equipment and processes requiring approval of the Underwriters' Laboratories or other nationally recognized testing agency shall be labeled so approved in accordance with the provisions of the Washington Administrative Code. 2.02 MOTORS AND CONTROLLERS A. Provide all motors for all equipment specified herein and all controllers other than those specifically indicated as being furnished under other sections; all equipment and wiring shall conform with applicable divisions of Division 16, Electrical Work. 2.03 SLEEVES, FLOOR AND CEILING PLATES A. All sleeves through floors and walls shall be standard weight galvanized steel pipe, flush with wall or ceiling, of size to accommodate the pipe or pipe and insulation, if insulated. Sleeves through outside walls and aboveground shall be calked with epoxy grout except fire rated walls shall be caulked with fire- stopping. B. Fire - stopping shall be Dow Coming No. 2001 foam and No. 2000 sealant, or approved equal. Install in accordance with manufacturer's instructions and details. 2.04 EQUIPMENT FOUNDATIONS, BASES AND PADS A. All mechanical equipment specified in Divisions 14 and 15 shall be set on concrete housekeeping pads. The height of pads shall be at least 4 inches or as called for on the Drawings, and shall accommodate required anchoring devices. Pads shall extend 1 inch minimum and 3 inches maximum beyond machine base In all directions unless otherwise indicated, with top edge 15050.2 T/M18-94 • RETAKE OF PREVIOUS DOCUMENT of ASME. F. Electrical motors, starters, controls, devices and wiring shall comply with standards of NEC and shall be UL listed or Factory Mutual Approved and so identified. 1.03 DRAWINGS A. Drawings are diagrammatic and show the general design, arrangement and extent of the systems. Do not scale drawings for roughing in measurements, nor use as shop drawings. Make field measurements and prepare shop drawings for submittal. Coordinate work with shop drawings of other Specification divisions. B. Contractor shall investigate the capacity and space requirements of the proposed equipment before submitting shop drawings. C. Where conditions necessitate a rearrangement, prepare and submit to the Engineer, for approval, drawings of the proposed rearrangement. Because of the small scale of the drawings, it is not possible to show all offsets, fittings, and accessories which may be required. Carefully investigate the structural and finish conditions and the work of other trades and arrange work accordingly, furnishing such fittings, traps, valves and accessories as may be required to meet such conditions. 15050-1 T/M18-94 1.04 SUBMITTALS A. General: Submittals shall be in accordance with Section 01300, Shop Drawings, Product Data, and Samples. Additional detailed submittal requirements are given in individual sections of the Specifications. Submit product data and shop drawings in one complete submittal for each Specification section. B. Product Data: Submit catalog data and other descriptive literature to fully substantiate the conformance with specifications of equipment and materials submitted. Mark product data to indicate exactly those items that are to be provided and cross out unrelated or non - applicable items. In addition, submit manufacturer's detailed installation instruction on all equipment and materials submitted. C. Shop Drawings: Submit drawings for fabrication and installation of system components. Include fully dimensioned layout of all piping. Include fully dimensioned drawings of all support brackets for piping, support brackets for related equipment, and all associated connection . details to piping systems. Coordinate shop drawings with work of other trades. 1.05 OPERATION AND MAINTENANCE DATA A. Submit operating and maintenance data in accordance with Section 01730. PART 2 PRODUCTS 2.01 GENERAL A. Materials and apparatus shall be new unless otherwise specified, and each shall have all necessary trimmings, accessories and controls required to make it functionally complete. Equipment shall fit into assigned spaces and design weights shall not be exceeded. All items of the same type shall be of the same manufacturer. All phases of the work will be performed by competent workmen, skilled in their respective trades. Follow best trade practices at all times, and provide first -class workmanship throughout. B. Materials and equipment and processes requiring approval of the Underwriters' Laboratories or other nationally recognized testing agency shall be labeled so approved in accordance with the provisions of the Washington Administrative Code. 2.02 MOTORS AND CONTROLLERS A. Provide all motors for all equipment specified herein and all controllers other than those specifically indicated as being fumished under other sections; all equipment and wiring shall conform with applicable divisions of Division 16, Electrical Work. 2.03 SLEEVES, FLOOR AND CEILING PLATES A. All sleeves through floors and walls shall be standard weight galvanized steel pipe, flush with wall or ceiling, of size to accommodate the pipe or pipe and insulation, if insulated. Sleeves through outside walls and aboveground shall be calked with epoxy grout except fire rated walls shall be caulked with fire - stopping. B. Fire - stopping shall be Dow Coming No. 2001 foam and No. 2000 sealant, or approved equal. Install in accordance with manufacturer's instructions and details. 2.04 EQUIPMENT FOUNDATIONS, BASES AND PADS A. All mechanical equipment specified in Divisions 14 and 15 shall be set on concrete housekeeping pads. The height of pads shall be at least 4 inches or as called for on the Drawings, and shall accommodate required anchoring devices. Pads shall extend 1 inch minimum and 3 inches maximum beyond machine base in all directions unless otherwise indicated, with top edge 15050-2 T/M18 -94 chamfered 1 inch. Provide 3 /4-inch PVC pipe with elbow for weep hole drain of hydraulic hose cabinet to drain to 2 inches above floor surface. B. Concrete work shall be provided as specified in Section 03300. 2.05 DRIVES AND GUARDS . A. Bolt Drives: Each motor which is not direct connected to its apparatus shall have grooved pulleys and V -belts designed for 125 percent of the full rated horsepower of the motor. Apparatus that starts fully loaded shall have belts designed for 150 percent of the full rated horsepower. Belts shall not jump or squeal or slip at high speed. Motors and driven apparatus shall be secured to a common base in a manner which allows adjustment of belt tension and alignment. B. Motor pulleys shall be steel and of the manually adjusted variable -pitch type arranged to keep belts parallel throughout the entire adjustable range. At design speed, pulleys shall be set midway in adjustment ranges. Multiple belt drives requiring 3 or more belts shall not be of variable -speed type. Such drives shall be furnished with solid sheaves. Make allowance for one change of pulley sizes, both larger and smaller, to compensate for field conditions. C. Pulleys and bushings shall be dynamically balanced. Pulleys shall be separately mounted on their bushes by means of three pull -up grub or cap tightening screws. Bushings shall be key seated to the driver shafts. D. Each belt- driven unit shall be fumished with a complete set of spare belts. Spare belts shall be property identified as to design, horsepower, speed, length, pulley size and use and shall be packaged and stored as specified for spare parts storage and marking. Where 2 or more belts are involved, matched sets of belts shall be provided. E. V -belt drives shall conform to NEMA Standard NGI -3.15. F. Guards shall be fabricated of 12 -gage steel and expanded metal screen to provide visual inspection of moving parts without removal of the guard. Guards shall be galvanized after fabrication and shall be designed to be readily removable to facilitate maintenance of moving parts. Guards to meet OSHA requirements. G. Fully enclosed belt drive guards shall have trimmed openings at both shafts for tachometer readings, with motor shaft opening slotted to permit adjustment for belt take -up. Fabricate guard large enough to permit installation of 2 -inch larger driven pulleys without alteration to the guard. Secure guards to the driven machines or to the foundations by heavy angle supports and anchor bolts. Do not secure braces or supports to motors. Do not bridge sound and vibration isolators with braces or supports. 2.06 IDENTIFICATION A. Equipment and Control Devices: All equipment and associated control devices (both local and remote) such as motor starters, disconnect switches, etc., shall have plastic black and white lamicoid labels permanently affixed. Labels shall have generic name of item to which it is affixed followed by name or equipment number of item to which it is affixed or item controlled, as applicable. 1. Examples: "Disconnect switch - EF -1" "Exhaust Fan - EF -1" 2. Submit samples for Engineer review. 2.07 PiPE AND DUCT HANGERS A. General: Pipes and ducts shall be supported from 1 -5/8 -inch Unistrut channels bolted directly to concrete walls, wall studs, roof joists, or roof trusses. Pipe clamps shall be of the standoff or suspended type Unistrut series P1100 or J1200, or equal, of size and material appropriate to the pipe or tubing being supported. All metal shall be copper or electro- galvanized finish. Support pipe in accordance with Manufacturer's Standardization Society (MSS) SP -69 and SP -58. Pipe shall be braced for earthquake resistance as required for Earthquake Zone 3 as defined by the UBC. A plastic coating shall be provided on pipe or hanger for dissimilar materials. 15050-3 T /M18 -94 B. Pipes in Trenches: Pipes shall be supported from Unistrut -type channels cast into concrete as shown on the Drawings. Pipe clamps shall be Unistrut series P1100, P2000 or P2500, or approved equal, as shown on the Drawings. All clamps shall be galvanized and all fasteners shall be zinc- plated. 2.08 VALVES A. General: 1. Valves shall be provided at each piece of equipment to provide for isolation of the equipment from its connected system. Valves shall not be placed with stems below horizontal. 2. All ball, gate, globe, and check valves throughout the entire job shall be of one manufacturer except as otherwise specified. 3. Valve's size, pressure and temperature ratings shall be such that they match or exceed the system in which they are installed. Type of valve shall be as indicated on the Drawing or in other sections of the Specifications. 4. Valve materials including seats and seals shall be suitable for use with the medium with which it is in contact. B. Silent check valves shall be Williams- Hager, or approved equal, guided, renewable disc and seat as manufactured for the service Intended. Check valves shall be full size of pump discharge. C. Valves shall be as listed below unless specified otherwise in the following sections. Crane numbers are listed as a standard; however, equal products of other manufacturers are acceptable. VALVE DESCRIPTION Rate Manufacturer - (bs j Bodv Erxls DisdSeat Flame No. 1/2" to 2 -1/2" Gate -NRS 150 Bronze Thread Bronze Solid Wedge 1/2" to 2 -1/2" Globe 150 Bronze Thread Composition 1/2" to 2 -1/2" Swing Check 200 Bronze Thread Bronze - Regrinding 1/4" to 2" Ball Valve 600 Brass Thread Bali - 316 SS Seat -TFE 1/2" to 2-" Lift Check 1500 Steel Socke Weld 1/4" to 2" Bat 1,500 Steel Socket Weld N1- alloy - Replaceable Seal 303 Stainless Steel Lubetal Seat Buna -N Seal 2.09 PIPING SPECIALTIES A. Wye strainers shall be Crane, Hoffman, or approved equal, as follows: Elm 1/2 -Inch to 2 -1/2 -inch 3 -inch to 8 -inch Manufacturers Enid figure Number Crane 988 1/2 Crane 989 1/2 Screwed Flange 15050 -4 Crane 437 Crane 7TF Crane 36 Neies- Jamesbury Clincher Style 21.11 Crane B- 3874KO -W Worcester Miser or Keystone T/M18 -94 B. Flexible Air Hose and Fittings: Goodyear Artic Ortac hose with brass cam and groove couplings. C. Pressure gages shall be Bourdon Tube, 2 -1/2 -inch minimum face diameter: Trerice D80 series with stainless steel case, 1 /4-inch NPT brass socket, stainless Bourdon tube and movement. Maximum dial pressure shall not exceed 1 -1/2 times system relief valve setting. 2.10 VIBRATION ISOLATION A. Isolators shall be provided on all rotating machinery as specified herein. Mason Industries, Consolidated Kinetics, or approved equal. B. All mechanical equipment shall operate without objectionable noise and vibration. C. All rotating equipment and the interconnected piping and ductwork shall be isolated to eliminate the transmission of objectionable noise and vibration. D. Minimum deflection of isolators under normal operating conditions shall be not Tess than twice the maximum design deflection of the supporting structure of the building, or as shown on Drawings. E. Isolators shall be of the following types: 1. Single rubber in shear: Use for static deflection up to 1 /4-inch. 2. Double rubber in shear: Use for static deflection 5/16 -inch to 1/2 -inch. 3. Spring isolators: Use for static deflection 1/2 -inch and above. F. Spring isolators shall be free standing, not damped type. G. Springs shall be provided with acoustical friction pads at base. H. Support points on equipment shall be as designated and provided by the equipment manufacturer. Structural steel rails, frames, and inertia bases shall be provided as shown. I. Isolator springs shall be of adequate diameter for inherent stability without guide devices. J. Restraining devices shall be provided as shown to prevent lateral movement during seismic events. 2.11 PROTECTIVE COATINGS A. Buried steel pipe shall have Plexco applied polyethylene coating extruded on outside of pipe except galvanized steel shall be wrapped per Paragraph B below. B. Buried steel fittings and weld joints shall have 10 mil polyethylene Scotchwrap "3M" wrap with adhesive applied to all exposed surfaces. Apply per manufacturer's instructions. PART 3 EXECUTION 3.01 INSTALLATION OF PIPING AND DUCTWORK A. The arrangement and runs of all piping shall be as shown on the Drawings, subject to such changes and modification as may be necessary to suit conditions at the building and to avoid conflict with other work or installations, or as may be necessary for the proper, convenient and accessible placement of all parts of the piping systems and controls, and to make possible ready repairs or replacements of such parts as normally require replacement after use for a reasonable period of time. B. All piping and duct shall be run straight; level, unless slope is required for drainage, and plumb, as direct as possible, parallel to walls, ceilings, beams and girders, and as close as possible to structural members, walls and ceilings to minimize possible turning. 15050 -5 T/M18-94 C. Piping and ducts required to be concealed in floor, wall or ceiling construction or in excavations shall be promptly installed so as not to cause delay to other work and so as to allow ample time for necessary tests and approval. In the event that difficulties are encountered installing work in furred or concealed spaces, promptly notify the Engineer and await his decision before installation of he work. D. All piping and ducts passing through floors and walls shall be installed with sleeves. E. All piping and ducts shall be located as dose as possible to ceilings, bottom of slabs and beams as the case may be, so as to obtain maximum possible head room. In the event that a condition should arise where the clearance will interfere with wall surfaces, the Engineer shall be so notified and no work installed until approved by the Engineer. F. Underground piping shall be laid in trenches excavated to proper line and grade and the piping shall be firmly supported to prevent settlement. G. Piping shall be installed without forcing or springing. H. Ail buried pipe shall be minimum 18 inches bury depth. I. Industrial waste shall be sloped 1/8 -inch per foot minimum unless otherwise noted. Pitch all vent lines to drain at 1/8 -inch per foot minimum unless otherwise noted. 3.02 SECURING AND SUPPORTING OF PIPES A. All piping shall be securely supported by means of approved pipe hangers as specified hereinbefore. Provision shall be made for expansion of piping. Pipes shall be securely anchored, where necessary, to property distribute stresses. Pipe hangers shall be spaced as follows: 1. Steel, wrought iron, or copper pipe: (Maximum spacings): a. 1 -1/4 -inch or smaller - 6 feet on centers. b. 1 -1/2 -inch to 2 inches - 8 feet on centers. c. 2 -1/2 -inch or larger -10 feet on centers. - 2. Hangers shall be located so that the pipes are supported within no more than 1/4 of the above maximum spacing from both sides of any offsets or bends exceeding 45 degrees. B. Where piping connections to pumps are made through flexible vibration isolators, the pipe shall be securely anchored against longitudinal thrust along axis of pipe to remove all stress from flexible vibration isolators. C. Special supports shall be as shown on the Drawings. 3.03 PIPING SPECIALTIES A. Diaphragm pumps shall have a clearway swing check valve and plug valve. 3.04 LUBRICATION A. Contractor shall provide all lubrication for the operation of all equipment until acceptance. The Engineer shall be provided with a chart listing each piece of equipment, the proper type of oil or grease required and recommended frequency of lubrication. B. Contractor shall be required to run -in all bearings and after they are run-in shall drain and flush bearings and refill with new oil change. 3.05 EXCAVATION AND BACKFILL A. Except as specified under paragraph C below, excavation and backfill for work under this Division shall be performed in accordance with Section 02200, Earthwork. 15050.6 B. All materials to be furnished shall meet the requirements of the applicable sections of these Specifications and as specified herein. C. Trench excavations shall be as specified below: 1. Trenches for piping shall be of adequate width for the proper laying of pipes. Care shall be taken not to over - excavate. The bottom of the trenches shall be accurately graded to provide uniform bearing and support for each section of the pipe on undisturbed soil at every point along its entire length, except for the portions of the pipe sections where it is necessary to excavate for fittings, bedding and for the proper sealing of pipe joints. Such depressions shall be dug after the trench bottom has been graded, and, in order that the pipe rest on the prepared bottom for as nearly its full length as practicable, depressions shall be only of such length, depth, and width as required for properly making the particular type of joint. Stones shall be removed as necessary to avoid point bearing. Overdepths shall be backfilied as specified in Section 02200. Whenever wet or otherwise unstable material that is incapable of properly supporting the pipe is encountered in the bottom of the trench, such material shall be over - excavated to a depth to allow for a stable pipe bed and backfiil per Section 02200. 2. The trenches shall not be backfilled until all required pressure tests and/or inspections are performed and until the utilities systems as installed conform to the requirements specified herein. 3. Special care shall be taken not to damage the coating or wrapping of coated pipes. Any damage occurring shall be repaired to the satisfaction of the Engineer. 3.06 MOVING AND EQUIPMENT A. Investigate each space through which equipment must be moved. Where necessary, ship equipment from the manufacturer in crated sectional size suitable for moving through restricted spaces. 3.07 INSTALLATION OF EQUIPMENT A. Install equipment as indicated and in accordance with manufacturer's installation recommendations. Equipment shall fit into spaces assigned. Avoid installations which will cause maintenance or operation hardship. Install items with adequate clearance so as not to require the removal or damaging of other items or insulation to permit servicing or removal. Equipment requiring inspection or service shall be accessible through access doors. Install access doors in mechanical equipment as required. 3.08 CONNECTIONS TO EQUIPMENT A. Make connections to tanks, pumps, and all other equipment, in such as manner as to eliminate undue strains in piping and equipment. B. Provide necessary fittings and bends to avoid springing of pipes during assembly. C. Make connections to equipment as indicated on Drawings or manufacturer's instructions. D. Cap or plug piping and equipment connections as necessary during installation to prevent entry of dirt, sand, and grit. E. Unions or flanged joints shall be installed in each line immediately preceding connections to each item of equipment or material requiring maintenance, including pumps, traps and control valves. Unions shall be located in such a manner that piping will not interfere with removal of portions of equipment requiring servicing. Dielectric unions or gasket kits shall be used to connect dissimilar metals. F. Flexible hose shall be provided between all rotating machinery and piping system of 12 inches minimum length to absorb vibration. Hose shall be rated for temperature and service intended and match equipment connection size. 15050 -7 T/M18 -94 3.09 ROTATING EQUIPMENT A. All drives and rotating elements shall be equipped with guards. 3.10 PROTECTION OF FIXTURES AND EQUIPMENT A. Care shall be exercised in the handling and installation of all piping to keep same free of dirt, obstructions, or other foreign matter. Pipe openings shall be protected by caps or plugs or other suitable means at the end of work each day, and during installation as may be required. B. Fixtures and equipment shall be covered and protected against dirt, water, chemical, and mechanical injury. Upon the completion of the work, all fixtures, equipment and piping shall be thoroughly cleaned. 3.11 CLEANING A. General: The work under this Division will not be acceptable until it is free of foreign matter to the satisfaction of the Engineer. B. Piping: Exercise every precaution to avoid introducing foreign matter such as welding beads and slag or dirt into piping systems. Hammer completely welds to loosen debris. All piping, valves and fittings shall be internally cleaned of oil, grease, or dirt, prior to assembly into system, by use of wire brush and swab. Flush system after testing by circulating system's test fluid and filtering until clean. C. Ductwork and Plenums: Thoroughly clean all ductwork, casings and plenums before the air - handling units are put in operation or tested. 3.12 TESTING AND ADJUSTING A. All equipment, piping and ductwork shall be tested to verify that it will perform as specified and as required for satisfactory operation. Tests to demonstrate the capacities and general operating characteristics of all apparatus, etc., will be made under the direction of the Engineer at the time of the final inspection. Details of the test shall be in accordance with the provisions of specific sections of the Specifications. B. Furnish all instruments and appliances required for tests. If gages, thermometers, etc., which are to be left permanently installed are used for tests, they shall not be installed until just prior to the tests to avoid possible changes in calibration. 3.13 PAINTING A. Painting of mechanical systems shall be in accordance with Section 09900, Painting and Finishing. See painting schedule. END OF SECTION 15050.8 T/M18 -94 SECTION 15400 PLUMBING SYSTEMS PART 1 GENERAL 1.01 SUMMARY A Plumbing systems include the floor and pit drainage systems for the industrial waste system. 1.02 SUBMITTALS A. Provide the following in accordance with Section 01300. 1. Product data for plumbing specialties, fixtures, and equipment. PART 2 PRODUCTS 2.01 VALVES A. See Section 15050 2.02 SUMP FILTER A. General Filter's, filter Model 4500 -5-30, with 30 mesh screen, or approved equal. 2.03 FLEXIBLE LIQUID HOSE AND FITTINGS A. Goodyear Flexwing Petroleum Hose, 1 -1/2 -inch x 2 -inch, Maximum 150 psig with brass cam and groove couplings. 2.04 DRAIN, WASTE, AND VENT PIPE AND FITTINGS A. Cast Iron Pipe: CISPI 301, hubless, service weight, with neoprene gaskets and stainless steel clamps. Fittings to be long sweep. 2.05 CLEANOUTS A. General: Same size as piping up to 4 inches and minimum of 4 inches for larger piping. B. Floor Cleanouts: Coated cast -iron floor cleanout, spigot or hubless connection, internal gasketed ABS cleanout plug, adjustable housing, heavy -duty loose -set scoriated round cast -iron tractor cover. Josam 56050 Series. 2.06 FLOOR DRAINS A. FD -1: Coated cast -iron floor drain, double drainage flange, weep holes, 12 -7/8 -inch by 10 -7/8 -inch top, removable sediment bucket, heavy -duty hinged ductile -iron grate. Josam 36620 Series. B. FD -2: Coated cast -iron floor drain, double drainage flange, weep holes, round 9 -inch top, adjustable collar with rolled thread, removable shallow sediment bucket, loose set cast -iron grate. Josam 31120 Series. 2.07 JOINT MATERIALS A. Solder: 95 -5, tin - antimony. 15400-1 T/M18.94 B. Threaded: Teflon tape. 2.08 INDUSTRIAL WASTE PUMPS AND CONTROLS A. Double Diaphragm Pumps (AODP -1 and ADOP -2): ITT Marlow, Model 1 AOD -ABBB, air powered, Buna -N diaphragm and self priming. Control shall be intrinsically safe, NEMA -7, designed for industrial waste - specific gravity of 0.85, with float switches, for pump on, pump off, high level alarm, solenoid valve, flashing alarm Tight, local air valve for manual shut off and 120 volt, single phase, single point electrical connection. PART 3 EXECUTION 3.01 GENERAL A. Install materials and equipment as shown and specified and in accordance with governing codes and standards. B. Locate equipment requiring service and maintenance in fully accessible positions. C. Piping shall not be covered before approval by the Engineer. D. Connections as shown are intended that waste and other services be fully connected to each Individual piece of apparatus with required piping, unions, flanges, valves, check valves, and other needed appurtenances. E. Make joints between dissimilar piping by dielectric fittings. F. Use reducing fittings wherever a change in pipe size occurs. The use of bushings will not be permitted. G. Provide piping with unions to permit alterations and repairs. 3.02 INSTALLATION OF DRAINAGE AND VENT SYSTEMS A. Make connection to the existing system as required. B. All underground industrial waste shall be pitched a minimum of 118 -Inch per foot in the direction of flow. Make changes in direction of drainage lines with 45- degree wyes, long -tum wyes, or long sweep bends. Use long -tum fittings wherever space conditions permit. Provide waterproofing around all lines penetrating through floor slabs. C. Check and verify all inverts of lines. D. Cleanouts: Provide as shown and on a minimum of 50 -foot centers on horizontal runs. Cleaning screws, deckplates, and other plugs shall be made up with graphite and oil only, use no grease or cement. 3.03 TESTS AND ADJUSTMENTS A. Test piping in the presence of the Engineer. 1. Correct Teaks in joints or evidence of defective pipe or fittings by replacing defective parts with new joints and materials. 2. Adjust apparatus to function as specified. 15400 -2 T/M18.94 3. Apply water test to all parts of the drainage vent systems before pipes are concealed. Test may be applied in sections. Close openings of each system to be tested except the highest openings on the finished system. Fill system with water to the highest opening. Water shall remain in the system for at least 24 hours, after which time no leaks at any Joint or lowering of the water level at the overflow shall be visible. END OF SECTION 15400.3 T/M18.94 SECTION 15480 SPECIAL PIPING SYSTEMS PART 1 GENERAL 1.01 SUMMARY A. Special piping systems include the following: 1. Compressed air 2. Industrial waste force main 3. Hydraulic oil 1.02 REFERENCES A. ASTM A53 B. ASTM A47 C. ANSI B16.11 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300. 1.04 QUALITY ASSURANCE A. All work shall be done by people fully qualified and experienced in the work to be performed. PART 2 PRODUCTS 2.01 GENERAL A. Valves, supports and hangers shall be as specified in Section 15050, Basic Mechanical Materials and Methods, except as specified otherwise hereinafter. 2.02 COMPRESSED AIR SYSTEM A. Pipe: ASTM A53, Type E, Grade B, Schedule 40, galvanized steel. B. Fittings: ASTM A47, galvanized malleable iron, 150 pound, threaded. Horizontal exposed pipe lengths 1 -inch and larger shall be coupled with tee fittings having 3/4 -inch plugged branch located on top side for future connections. C. Protective Coating: Buried pipe and fittings shall be coated and wrapped in accordance with Section 15050, Basic Mechanical Materials and Methods. D. Combination filter /regulator/lubricator or fitter /regulator: Lincoln 83387 and 83388, respectively, 0-125 psig reduced pressure range, 175 psi maximum supply pressure, 120 degrees F. maximum operating temperature, metal bowl, sight glass, 0 -200 psi pressure gage, automatic filter drain. Size and location shall be as shown on drawings for all compressed air stations. Filter /regulator /lubricator or fitter /regulator for all air to equipment shall be size and type as recommended by served equipment manufacturer, and shall be located as close to point - of-use as practicable. E. Isolation Valves: Butterball BB1 -100, bronze body, threaded ends, stainless steel disc and stem, viton seal, -30 to x350 degrees F. temperature range, 29-inch Hg vacuum to 175 psi pressure range, UL- listed. 15480-1 T /M18 -94 F. Quick Connect Couplings: Provide complete quick connect couplings (male and female ends) for each compressed air station shown on Drawings. Size shall be as shown on Drawings. 2.03 ABOVE GRADE HOIST HYDRAULIC SYSTEM A. Hydraulic 011: Unical -UNAX AW32 B. Pipe: See Paragraph 2.03B. C. Couplings: Style 77 standard flexible coupling with Nitrile gasket, screwed or welded joint. D. Fittings: Grooved end fittings, screwed or threaded. E. Valves: Victaulic, VicBail, 600 psi (WOG); or Janesbury Series 4000 ball valve, catalog No. 4C- 2200TT or 4A- 2200TT. 2.04 BELOW GRADE HOIST HYDRAULIC SYSTEM A. Hose (Primary Pipe): Weatherhead H425, or approved equal. B. Fittings: Co11- 0-Crimp 430 "E" series hose ends. C. Containment Piping (Secondary Piping): Total Containment, SP -4600. 2.05 BELOW GRADE HOIST AIR SYSTEM A. Hose: Aeroquip, engine and air brake nose, part number FC355, or approved equal. B. Fittings: Aeroquip reusable fittings, part number 1210 or 1212. C. Containment Piping (Secondary Piping): Total containment, SP -4600. 2.06 INDUSTRIAL WASTE FORCE MAIN A. Pipe, fittings and protective coating same as in Paragraphs 2.02A, B & C. PART 3 EXECUTION 3.01 INSTALLATION OF EQUIPMENT AND PIPING A. • Work shall conform to the requirements of Section 15050, Basic Mechanical Materials and Methods. B. Equipment listed shall be installed where shown on Drawings. Piping system shall be installed in conformance with the provisions of Section 15050, Basic Mechanical Materials and Methods. C. Provide piping and specialties which are required for the proper completion of the work, as recommended by the manufacturer of the equipment served. Make offsets, connections and takeoffs in piping with fittings, except where specified otherwise. D. Flexible Connections: Piping shall be connected to motor driven equipment by means of flexible fittings to isolate vibration. E. Pressure regulators, filters and lubricators shall be as shown and called for on the Drawings and as specified herein. F. Installation shall conform to equipment manufacturer's recommendations for a complete automatic operation, and shall be complete with vibration isolators and silencers as required for efficient and quiet operation. 15480 -2 T/M18 -94 G. Piston and bladder hydraulic accumulator and flow control valve to be installed as close as practicable to the lift control panel H. Below grade double wall hydraulic and air piping shall be continuous, where by there shall be no fittings or piping connections for either primary pipe or the secondary containment piping which are not visible or accessible from the aboveground surface. The secondary piping shall contain watertight containment at all sump penetrations. 3.02 CONNECTIONS TO EQUIPMENT A. Make connections to tanks, pumps, and all other equipment in accordance with the provisions of Section 15050, Basic Mechanical Materials and Methods. 3.03 CLEANING A. General: The work under this Division will not be accepted until it is free of foreign matter to the satisfaction of Engineer. Clean systems in accordance with Section 15050, Basic Mechanical Materials and Methods and as specified herein. B. Piping: Exercise every precaution to avoid introducing foreign matter such as beads and slag or dirt into piping systems. Hammer completed welds to loosen debris. All piping, valves, and fittings shall be internally swabbed cleaned of oil, grease, or dirt prior to assembly into system. C. Upon satisfactory completion of required pressure tests, all lines except vents and exhaust stacks shall be flushed by circulating the test medium through the piping to remove welding slag, filings, dirt, iron particles and other foreign material. The cleansing process shall be continued for a period of not less than 24 hours at a velocity of not less than 10 feet per second. All test medium circulated through the piping shall first be filtered with a 20 -micron filter of the cleanable disc type. No test medium shall be circulated through valves, cylinders or pumps to be incorporated in the completed project. After 24 hours, cleaning medium shall be entirely drained from system, all filter elements replaced, and the system immediately filled with the final operating medium for startup in accordance with Section 3.04. 3.04 TESTING AND ADJUSTING A. Tests shall be made in accordance with the requirements of the state and local codes and ordinances; requirements of Underwriters' Laboratories, Inc.; regulations of other goveming bodies having jurisdiction, and the Specification as applicable. Where methods of testing or test requirements in any of the above are in conflict with each other, the more stringent methods and requirements shall be followed. 1. Pressure testing of piping shall be performed in accordance with Section 15050, Basic Mechanical Materials and Methods. 2. Test pressures for various fluid systems shall be as follows: a. Compressed air 200 psig b. Hydraulic oil (hoists) 335 psig c. Gear oil 1500 psig d. Containment piping 5 psig 3. Test pressures shall be held for 24 hours with no visible leaks or loss in pressure. 4. Test mediums shall all be the same as system medium. 5. Test failure of a system shall result in the source(s) of the failure being replaced with new material and the test repeated until the system passes the test. B. Tests of equipment and/or systems shall be made in the presence of and to the complete satisfaction of the Engineer. The Engineer shall be notified not Tess than 3 working days in advance of all scheduled tests. C. The Contractor shall prove the operation of each individual item in the systems. Should any items or system fail to perform in an approved manner, the system and/or the item or items shall be adjusted, remodeled or replaced as required and the test shall be repeated and the system or item adjusted or remodeled as often as necessary to provide the systems and items of equipment in proper, satisfactory operating condition. 15480-3 T/M18 -94 D. Each system shall be completely filled with appropriate fluid after cleaning and testing is complete. Hydraulic oil shall be type specified Ensure that all air is vented out of system. 3.05 PAINTING A. Painting shall be in accordance with Section 09900, Painting and Finishing. END OF SECTION SECTION 15834 AIR- HANDLING UNITS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies single -zone air - handling units for filtered, air supply and the vestibule exhaust fan. Air - handling units shall be V -belt driven, low- pressure units with capability for ventilating as specified. B. Equipment list: �LSID 1.02 REFERENCES Equipment No. AHU -101 Ventilating Unit AHU -201 Ventilating Unit MEF -101 Exhaust Fan A. This Section incorporates by reference the following documents. They are a part of this Section as specified and modified. In case of a conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference AFBMA Antifriction. Bearing Manufacturers Association Standards on Load Ratings and Fatigue Life AMCA Air Movers and Control Association Test Code and Certified Ratings Program ARI -430 Air Conditioning and Refrigeration Institute Certification NEC -1984 National Electric Code. NEMA ICS -1978 Industrial Coated and System Section 1.03 SYSTEM DESCRIPTION A. Performance and design requirements: Air - handling units shall meet the following operating requirements and shall be provided with the type of NEMA enclosure control panel as indicated: Static Maximum Control Panel Equipment Capacity, Pressure, Fan Speed, Motor Operating NEMA Enclosure, Number inches W.C, r _}jP Voltage Twe AHU -101 800 1.5 1,600 3/4 460 Weatherproof AHU -201 800 1.5 1,600 3/4 460 Weatherproof 15834-1 T/M18 -94 1.04 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Fan performance curves for the specified operating conditions. 2. AFBMA Bearing ratings for the fan and motor at design conditions. 3. Catalog data and dimensional drawings. 4. Details of vibration isolation system where required. 5. All operation and maintenance information. 6. Certification that the units have been tested and rated in accordance with the applicable AMCA Standard Test Code and Certified Ratings Program. 1.05 PROJECT /SITE CONDITIONS A. Location: East and South Bases; King County, WA B. Outdoor ambient temperature and relative humidity: Summer 83 °167 °F, Winter 24 °F. C. Elevation above sea level: 100 feet. 1.06 SPARE PARTS A. 1 extra set of fan V -belts shall be provided for each air - handling unit. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Air - handling units shall be Pace, Twin City Fans, or equal, modified as necessary to provide the specified features and to meet the specified operating requirements. 2.02 MATERIALS A. The following shall be provided: 1. Fan housings: Galvanized 16 -gauge steel 2. Fan wheels: Galvanized steel 3. Cabinet: Galvanized steel 4. Shaft: Steel 2.03 MANUFACTURED UNITS A. General: 1. Air - handling units shall be complete with factory furnished components. Provide access to interior of the unit. Furnished units AHU 101, AHU 102, with a vibration isolation system. Internal components shall be removable on side as shown on the Drawings. Provide fan sections with 1 -inch, 3/4- pound, mat -faced glass fiber internal insulation. B. Outdoor Units: 1. Designed for mounting on roof curbs. Fabricate the unit casing of heavy -gauge galvanized steel or phosphatized steel, with epoxy primer and final field applied finish of polyurethane in accordance.with Section 09900. Casing shall be leaktight against a 3- inch negative static pressure. 2. Units shall have inlet hoods with moisture eliminators and insect screens. If hoods are Contractor - fabricated, the construction materials, including finish, shall be identical to unit construction. 15834 -2 T/M18 -94 C. Control Panels: 1. Provide and locate as shown on the Drawings. Unless otherwise specified, panel shall be of NEMA 4X construction. 2. Controls and safety devices (except optional discharge thermostats) shall be completely factory wired in accordance with NEC requirements. Control and power wiring shall be identified by numbered wire marking tape to facilitate maintenance and servicing. Controls shall be arranged for single connection to electrical service. Complete wiring dia- gram shall be permanently attached to inside of control panel cover. 2.04 AIR FILTER A. Unless otherwise specified, filter sections shall have individual fitter access door on both sides and shall have inlet and outlet flanges with bolt holes compatible with unit accessories. B. 2 -inch pleated media prefilters ASHRAE 52 30% dust spot efficiency and 12 -inch extended surface non - supported high efficiency media filters, ASHRAE 52, 90% efficiency. C. Activated Carbon Filter: An activated carbon air filter unit, combined with chemisorptive properties of chemically treated medias suitable for diesel exhaust pollutants including hydrocarbons, formaldehyde, acid gases and ozone, as manufactured by Extraction Systems Inc., Vapor Sorb 1501 in a Sure Seal filter housing. D. Filter gauge: Dwyer inclined. 2.05 FANS A. Blades and Housing: Fans shall have forward -curved blades. Fans shall be selected for stable operation and shall be V -belt driven. Fan housing shall be of the scroll type. Fans shall be dynamically and statically balanced, and fan wheels shall be keyed into the shaft. Maximum fan rpm shall be well below the first critical speed. V-beit drive shall be as specified in Section 15050. .B. Bearings: Rubber - enclosed, self- aligned grease lubricated ball or roller bearings rated for a minimum L -10 bearing life of 100,000 hours, and shall be as specified in Section15050. 2.06 MIXING BOX, DAMPERS A. Standard mixing boxes: 1. Provide parallel blades set for intemal merging of airstreams. Leaving side shall have bolt holes compatible with unit and other accessories. 2. Damper blades shall rotate on rustproof nylon bushings. Boxes shall have duct connection flanges on both inlet and outlet and provision for floor and ceiling mounting. 3. Provide actuators and linkage as required. 2.07 MOTORS AND DRIVE UNITS A. The motors shall be totally enclosed, severe duty motors as specified in Section 15050. Motors 1 -hp and larger shall be the energy efficient type. B. Motors shall be non - overloading. Motors shall be mounted inside the cabinet. C. Fumish belt-driven fans with adjustable pitch sheaves and adjustable motor bases suitable for a +5 percent adjustment in operating speed. 0. Freeze stat: Provide duct - mounted freeze stat for the control of outside and retum air dampers. Outside air damper is normally set to deliver 200 cfm when AHU is operating. Freeze stat 15834 -3 T/M18 -94 sensing the mixed air temperature will close the outside air damper when the mixed air temperature falls below 38 degrees F (adjustable). 2.08 EXHAUST FANS (MEF -101) A. Cabinet type exhaust fan with acoustically insulated galvanized steel housing, centrifugal fan wheel, integral back draft damper, and direct drive motor with cord plug and receptacle inside housing. Fan motor shall be mounted on vibration isolator. • B. Complete with face grille and solid state speed controller. C. Unit capacity shall be as scheduled on the Drawings and shall be Penn Zephyr or equal. D. Fan MEF -101 interlocked with air handling unit AHU -101, to start and stop when AHU -101 starts or stops. Use speed control to achieve desired pressurization in vestibule. PART 3 EXECUTION 3.01 INSTALLATION A. Each air - handling unit shall be installed as shown on the Drawings and in accordance with manufacturer's recommendations. 3.02 TESTING A. After completion of installation, each air - handling unit shall be completely field tested in accordance with Section 01660 to guarantee compliance with the Specifications. END OF SECTION � 15834-4 T/M18 -94 , SECTION 15840 SHEET METAL DUCTWORK PART 1 GENERAL 1.01 SUMMARY A. This Section specifies sheet metal ductwork for HVAC system, vehicle exhaust systems, dampers, and accessories. Ductwork shall be either the low- pressure or medium - pressure type designed and custom fabricated specifically for the applications shown under the conditions specified. 1.02 REFERENCES A. This Section incorporates by reference the following documents. They are a part of this Section as specified and modified. In case of a conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Zile. ASHRAE Handbook 1985 Fundamentals, Chapter 33 Duct Design ASHRAE Handbook 1992 HVAC Systems and Equipment Chapter 16 Duct Construction SMACNA Low- Pressure Duct Construction Standards SMACNA Industrial Duct Construction Standards - Round NFPA Standard 90A - Installation of Air Conditioning and Ventilating Systems UBC Uniform Building Code 1.03 SYSTEM DESCRIPTION A. Design criteria and requirements: 1. Low - pressure ductwork: Ventilation ductwork for the electronic shop, galvanized sheet metal gage, reinforcing, hanger and support systems, ductwork joint types and other basic design and construction details shall be in accordance with the latest revision of the Sheet Metal and Air Conditioning Contractors National Association (SMACNA) Low Pressure Duct Construction Standards or the recommendations of American Conference of Governmental Industrial Hygenists - Industrial Ventilation, whichever is more stringent. 2. Medium - pressure ductwork: For the vehicle exhaust system ductwork, comply with the latest revision of the SMACNA Industrial Duct Construction Standards - Round. 1.04 SUBMITTALS A. Submit shop drawings of ductwork layout at 1/4 inch to 1 foot scale and product data under provisions of Section 01300. B. Product data for duct fittings, vacuum relief valves, cleanout and motorized dampers. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver products to site under provisions of Section 01600. 15840-1 T/M18 -94 PART 2 PRODUCTS 2.01 MATERIALS A. General: Non - combustible or conforming to requirements for Class 1 air duct materials, or UL 181. B. Steel Ducts: ASTM A 527 galvanized steel sheet, lock- forming quality, having zinc coating of 1.25 ounce per square foot for each side in conformance with ASTM A 90. C. Aluminum Ducts: ANSVASTM B 209 aluminum sheet alloy 3003 -H -14. Aluminum connectors and bar stock: Alloy 6061 -T6. D. Insulated Flexible Ducts: Flexible duct wrapped with flexible glass fiber insulation, enclosed by seamless aluminum pigmented plastic vapor barrier jacket; maximum 0.23 K value at 75 degrees F. E. Fasteners: Rivets, bolts, or sheet metal screws. F. Sealant: Non - hardening, water resistant, fire resistive, compatible with mating materials; liquid used alone or with tape, or heavy adhesive. Durkee - Atwood, Pemiatite Class I or Hardcast 601. G. Hanger Rod: Steel, galvanized; threaded both ends, threaded one end, or continuously threaded. 2.02 LOW PRESSURE DUCTWORK A. Fabricate and support in accordance with SMACNA HVAC Duct Construction Standards and ASHRAE handbooks, except as indicated. Provide duct material, gages, reinforcing, and sealing for operating pressures of 2 inches water gage, positive pressure and 2,500 feet per minute velocity. B. Size round ducts installed In place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts. No variation of duct configuration or sizes permitted except by written permission. C. Construct Ts, bends, and elbows with radius of not less than 1 -1/2 times width of duct on centerline. Where not possible and where rectangular elbows are used, provide air foil turning vanes. D. Increase duct sizes gradually, not exceeding 15 degrees divergence wherever possible. Divergence upstream of equipment shall not exceed 30 degrees; convergence downstream shall not exceed 45 degrees. E. Provide easements where low pressure ductwork conflicts with piping and structure. Where easements exceed 10 percent duct area, split into two ducts maintaining original duct area. F. Connect flexible ducts to metal ducts with draw bands. G. Use double nuts and lock washers on threaded rod supports. H. Sound lining shall be a flexible duct liner of glass fiber bonded with a thermosetting resin with surface exposed to air stream with a mat finish able to withstand high velocity air stream or scuff and abrasion from fastenings or in handling. 2.03 MEDIUM PRESSURE DUCTS A. Fabricate and support in accordance with SMACNA Industrial Duct Construction Standards and ASHRAE handbooks, except as indicated. Provide duct material, gages, reinforcing, and sealing for operating pressures of minus 10 inches water gage and Class B. 15840 -2 T/M18-94 B. Construct Ts, bends, and elbows with radius of not less than 1 -1/2 times width of duct on centerline. Elbows over 8 inch diameter gore welded with contusion resistant welds. Tees - low loss short cone type, "Y's" straight sided type, may be substituted for tees. C. Ducts and fittings may be shop fabricated with welded longitudinal seams or as manufactured by United McGill with spiral lock seam. D. Ducts and fittings exposed on the roof shall be fabricated with aluminum alloy, welded except for the section of duct connected to the existing galvanized ductwork shall be of galvanized sheet metal to match the existing. All exposed ductwork and fittings shall be primed and finish painted in accordance with Section 09900. E. The existing duct work which is reused shall be reinforced to meet the requirements of the new operating pressure and class. F. Transform duct sizes gradually, not exceeding 15 degrees divergence and 30 degrees convergence. G. Fabricate continuously welded medium and high pressure round and oval duct fittings two gages heavier than duct gages indicated in SMACNA Standard. Joints shall be minimum 4 inch (100 mm) cemented slip joint, brazed or electric welded. Prime coat welded joints. H. Provide standard 45 degree lateral wye takeoffs unless otherwise indicated where 90 degree conical tee connections may be used. 2.04 VEHICLE EXHAUST SYSTEM MOTORIZED DAMPER A. Damper shall be a butterfly type with heavy duty formed flanged frame, steel damper blade securely attached to steel axle with extension for control shaft, grease lubricated ball bearings bolted to frame. Blade stop made with 1/2 inch by 1/4 inch steel bar welded to frame. Damper designed to withstand 13 inches pressure differential. B. Damper operator, pneumatic type with air to open, spring to close, sized to close and open damper at design differential pressure with control air at 20 psig. Damper operator factory installed complete with mounting bracket, operating lever and hardware. Damper shall be as manufactured by Ruskin Model CDR 92. C. Electra- pneumatic valve shall be a two position, three ported electrically operated valve to control air flow to operate the motorized damper. UL listed solenoid, 120 volt, 1 phase, 60 Hz. Valve wired to hose reel micro switch to be energized when the vehicle exhaust reel hose is extended and de- energized when the hose on the reel is retracted. Valve admits control air to the damper operator when solenoid is energized and control air is open to atmosphere when the solenoid is deenergized. Electro- pneumatic valve shall be as manufactured by Powers Type 265EP. 2.05 ACCESS DOORS, CLEAN OUTS A. Provide where shown on plans. B. Doors shall close with air pressure, with latches and hinges. Provide gasket seal. C. Hardware: Ventlock 220 door handles, ventlock 140 hinges. 2.06 VACUUM RELIEF DAMPERS A. Vacuum relief dampers shall protect against collapse of the duct from negative pressure in the duct created by sudden closing of a damper or blockage of an exhaust inlet. B. Vacuum relief valve shall be as shown on the drawings or as manufactured by United McGill Type ARR. 15840-3 T/M18-94 PART 3 EXECUTION 3.01 INSTALLATION A. Provide openings in ductwork where required to accommodate thermometers and controllers. Provide pilot tube openings where required for testing of systems, complete with metal can with spring device or screw to ensure against air Leakage. Where openings are provided in insulated ductwork, install insulation material inside a metal ring. B. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. C. The inside of ducts visible through grilles and registers shall be painted black and exposed ducts on roof shall be painted white. D. Connect diffusers or troffer boots to low pressure ducts with 5 feet maximum length of flexible duct. Hold in place with strap or clamp. . During construction provide temporary closures of metal or taped polyethylene on open ductwork to prevent construction dust from entering ductwork system. 3.02 ADJUSTING AND CLEANING A. Clean new duct system and force air at high velocity through duct to remove accumulated dust. To obtain sufficient air, clean half the system at a time. Protect equipment which may be hammed by excessive dirt with temporary fitters, or bypass during cleaning. B. Clean existing duct with high power vacuum machines. Protect equipment which may be harmed by excessive dirt with filters, or bypass during cleaning. Provide adequate access into ductwork for cleaning purposes. END OF SECTION 15840 -4 T /M18.94 SECTION 15872 CEILING DIFFUSERS, GRILLES, REGISTERS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies all ceiling diffusers, wall grilles associated with the ventilating systems. 1.02 SYSTEM DESCRIPTION A. General: Ceiling diffusers and grilles shall be the size and capacity indicated on the Drawings. 1.03 REFERENCES A. This Section incorporates by reference the latest revisions to the following documents. It is a part of this Section as specified and modified. In case of a conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail. Reference SMACNA 1.04 SUBMITTALS IWa Sheet Metal and Air Conditioning National Association A. Provide the following in accordance with the provisions of Section 01300: 1. Manufacturer's product literature which shall include a complete description of the ceiling diffusers, grilles, and registers, and accessories sufficient to demonstrate compliance with the Specifications. 2. Furnish the following information for each type of diffuser and grille furnished. a. NC shound data b. Static pressure loss c. Throw data PART 2 PRODUCTS 2.01 GENERAL A. Sizes and direction of throw, when other than all ways, are as shown. B. Refer to architectural reflected ceiling plans or schedules for ceiling type (if not noted in this section). C. Like items of equipment: End products of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. 2.02 CEILING DIFFUSERS A. Ceiling diffusers (supply) CD -1: 1. Steel construction with baked white namel finish. 2. Square neck, 4 -way adjustable modular core. Discharge pattem adjustable after it has been installed. 3. With opposed blade damper. 4. Module size 24 by 24 with border type to suite lay -in ceiling system. 5. manufacturer: Titus Model MCD. 15872 -1 T/M18 -94 „ B. Ceiling diffuser (retum) CD -2: 1. Steel construction with baked white enamel finish. 2. Perforated flush face with 3/16 inch diameter holes on 1/4 inch staggered centers. 3. Inlet collar suitable for duct connection. 4. Module size 24 by 24 with border type to suit lay -in ceiling system. 5. Manufacturer: Titus Model PAR. C. Exhaust grille (exhaust) WG: 1. Rectangular aluminum construction 2. Fixed horizontal louvers set at 35 to 45 degrees. 3. Continuous sponge rubber gasket at face flange. 4. 1 -inch minimum flat aluminum frame. 5. Prime coat finish for wall grilles. 6. Manufacturer: Titus Model 3FL. PART 3 EXECUTION 3.01 INSTALLATION A. Install diffusers, grilles, and registers tight on their respective mounting surfaces, plumb and true with room dimensions. B. For the exact location of ceiling mounted diffusers, grilles, and registers, refer to the architectural reflected calling plans. C. Provide appropriate frame to adapt to mounting surface. 3.02 TESTING AND BALANCING A. Testing, adjusting and balancing shall be as specified in Section 15990. END OF SECTION 15872.2 T/M18-94 SECTION 15887 VEHICLE EXHAUST SYSTEMS PART 1 GENERAL 1.01 SUMMARY A. This section inncludes exhaust fans, flexible exhaust hose, vehicle exhaust reels, and accessories. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions to the following documents. It is a part of this Section as specified and modified. In case of a conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail. peference I'dh3, ACGIH Industrial Ventilation, A Manual of Recommended Practice AMCA 99 Standards Handbook AMCA 210 Laboratory Methods of Testing Fans for Rating Purposes AMCA 300 Test Code for Sound Rating Air Moving Devices AMCA 301 Method of Calculating Fan Sound Ratings from Laboratory Test Data ASTM A 90 Weight of Coating on Zinc- Coated (Galvanized) Iron or Sheet Articles SMACNA HVAC Duct Construction Standards - Metal and Flexible SMACNA Rectangular Industrial Duct Construction SMACNA Round Industrial Duct Construction Standard 1.03 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate dimensions, sizes, weights and point loadings, and locations and sizes of field connections. C. Product Data: Provide manufacturer's literature and data sheets indicating rated capacities, dimensions, weights and point loadings, accessories, electrical requirements and wiring diagrams, and location and sizes of field connections. D. Provide fan curves with specified operating point clearly plotted. E. Submit sound power levels for both fan inlet and outlet at rated capacity. F. Manufacturer's Installation Instruction: Indicate assembly and installation instructions. 1.04 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01700. 15887.1 T/M18 -94 B. Operation Data: Include instructions for fan lubrication, motor and drive replacement, spare parts list, and wiring diagrams. 1.05 QUALITY ASSURANCE A. Performance Ratings: Conform to AMCA 210 and bear the AMCA Certified Rating Seal. B. Fabrication: Conform to AMCA 99. 1.06 QUALIFICATIONS A. Manufacturer. Company specializing in manufacturing the products specified in this Section with minimum three years experience. PART 2 PRODUCTS 2.01 CENTRIFUGAL FANS (MULTIPLE REEL SYSTEM) A. Base performance on sea level conditions. B. Refer to fan schedule in drawings for performance. C. Pressure bower as manufactured by Twin City Fans. D. Wheel and inlet: Steel construction with smooth curved inlet flange, heavy back plate, backwardly inclined flat curved blades welded to flange and back plate; cast iron hub with taperlock bushing. E. Housing: Heavy gauge steel, continuously welded with inlet bell and shaped cut -off, factory finished with polyurethane over epoxy primer for installation outdoors. Color to match existing equipment on roof. F. Motors and Drives 1. Motors: As indicated, in compliance with Section 15050. 2. Bearings: heavy duty pillow block type, self aligning, grease - lubricated ball bearings or roller bearings. 3. Shafts: Hot rolled steel, ground and polished, with key -way, protectively coated with lubricating oil. 4. V -Belt Drive: Cast iron or steel sheaves; dynamically balanced, keyed, variable and adjustable pitch, matched belts, and rated minimum 1.5 times nameplate rating of motor. G. All surfaces in contact with exhaust air shall be coated with an anti- corrosion epoxy coating. 2.02 CENTRIFUGAL FAN - SINGLE REEL SYSTEM A. Base performance on sea level conditions. B. Refer to fan schedule in drawings for performance. C. Pressure blower as manufactured by Twin City Fans. D. Fan shall be same as Paragraph 2.01 above except that fan shall be installed indoors. 2.03 DUCTWORK AND DUCT ACCESSORIES A. Ductwork and accessories shall be as specified in Section 15840. 15887-2 T/M18-94 2.04 HOSE REEL A. Hose reel shall be overhead type automatic spring re -coil type, extra wide, capable of accommodating 29 feet of 6 inch diameter hose. B. Drum and frame constructed of heavy steel coated with aluminum zinc alloy to resist corrosion. C. Rewind system shall consist of a removable spring cassette housing two spring steel springs with ratched latch and lock mechanism. Complete with hose guide mounted to the reel drum. Flanged ends of drums shall be finished with baked paint finish. D. Reel shall have a zinc plated tubular bar mounted on the frame structure for the adjustable hose stop with four zinc coated mounting feet. E. Connection between hose and the aluminum cast swivel discharge shall be of flex aluminum and shall be factory sealed and greased. F. Hose re -coil and un- coiling shall be enacted by direct pulling of the hose. G. Reel assemblies, provide a two pole double throw micro switch to control the fan and shut off damper. Complete with electric control box with 3 phase transformer in a NEMA enclosure. H. Hose reel shall be as manufactured by Nederman, Inc., Model No. 869760. 2.05 FLEXIBLE EXHAUST HOSE A. The exhaust hose shall be made of two ply: the inner of woven fiberglass coated with silicon rubber imbedded with a helically wound spring steel wire. Exterior ply shall be of woven nomax coated with silicon rubber. B. Assembly shall be double wound with treated nomax cord and heat vulcanized. Hose fitted with an adjustable stop. C. Capable of withstanding temperatures from -80° F to +600° F with rated working pressure of 30 psig and 90 psi burst pressure. Maximum negative pressure of 3 psig. E. Hose shall be type HT supplied by Nederman, Inc., Model No. (2) 006616, 32 feet long. 2.06 HOSE NOZZLE A. Nozzle at end of the flexible hose shall have a 6.3 -inch diameter opening, made of EPDM rubber with hinged shut -off damper of rubber, a stainless steel debris screen and 19 -inch long inner liner of flexible metal hose, which fits inside of the exhaust hose. B. Clamp device shall be fully adjustable quick release locking clamp, covered with protective chloroprene rubber, secures nozzles to vehicle or cane with positive attachment and shall remain closed when clamp lever is closed. To release adapter, clamp lever must be manually raised. C. Hose adapter shall be Model 803361 as manufactured by Nederman. 2.07 SPARE PARTS A. Provide three sets of spare parts, each set consisting of a complete reel assembly, 32 feet of hose, hose nozzle and miscellaneous fittings, hardware, with printed parts list and installation instructions. B. Spare sets will be individually packaged with parts clearly labeled per Section 01750. C. Spare sets will be allocated one each to Atlantic, East and South Bases. 15887-3 T /M18 -94 PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment in accordance with manufacturer's instructions. B. Do no operate fans for any purpose until ductwork is clean, bearings lubricated, and fan has been test run under observation. C. Install fans with resilient mounting and flexible electrical leads. D. Install flexible connections at fan inlet and discharge. Ensure stainless steel bands of connectors are parallel with minimum one inch flex between ductwork and fan while running. Provide pitot tube openings where required for testing of systems, complete with metal cap with spring device or screw to ensure against air leakage. END OF SECTION 11i887.4 T/M18 -94 SECTION 15990 VENTILATING AND VEHICLE EXHAUST SYSTEM TESTING, ADJUSTING AND BALANCING PART 1 GENERAL 1.01 SUMMARY A. This Section specifies the labor and services necessary to test, adjust, and balance under actual operating conditions electronic shop ventilating and vehicle exhaust systems design flow rates. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Ilk NEBB - 83 Procedural Standards for Testing Adjusting and Balancing of Environmental Systems AABC - 82 National Standards for Total System Balance ASHRAE 70 -72 Standards—Methods of Testing for Rating the Air Flow Performance of Outlets and Inlets 1.03 QUALITY ASSURANCE A. Testing Agency: The Contractor shall procure the services of an independent air and hydronic balancing and testing agency, belonging to the Associated Air Balance Council (AABC) or the National Environmental Balancing Bureau (NEBB), to perform air and hydronic balancing, testing and adjustment of systems. The Contractor shall submit a copy of the National Project Certification Performance Guaranty, issued to the testing agency by the AABC, as a part of the balancing report specified in Paragraph 15990-2.01B. B. Codes and Standards: The Contractor shall comply with applicable procedures and standards of the certification sponsoring association: 1. "National Standards for Field Measurements and Instrumentation, Total Systems Balance, Air Distribution- Hydronics Systems," AABC 2. "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems ", NEBB 3. "Method of Testing for Rating the Air Flow Performance of Outlets and Inlets ", ASHRAE C. Calibration and maintenance of instruments and accuracy of measurements shall comply with the requirements of the standards. 1.04 SPECIAL REQUIREMENTS A. Tests and adjustments shall include the complete testing and balancing of the electronic shop ventilating, and vehicle exhaust systems and necessary adjustments to the equipment to accomplish the specified design flow rates. 15990 -1 T/M18 -94 ■ B. Should any apparatus, material or work fail to meet the specified requirements in these tests, the Contractor shall make the necessary corrections and retest the apparatus, material, or work at no additional cost to the Owner. 1.05 BALANCING A. General: The Contractor shall review plans and Specifications prior to testing and balancing the ventilation and exhaust systems. The Contractor shall submit a proposed approach and schedule for approval prior to the start of testing and balancing work. Characteristics to be tested and adjusted to conform to the values specified include the following: 1. Total airflow rates delivered by fans and air - handling units. 2. Flow rates at grilles, registers, diffusers, supply and exhaust and retum ducts. 3. Distribution pattems at air outlets. B. Airflow Rate Measurements: 1. Airflow rates shall be obtained by adjustment of the fan speeds, dampers, or registers. Flow rates shall be measured with supply, return, and exhaust systems operating with fitter bank resistance midway between the design values specified for clean and dirty fitters. 2. Flow rates at grilles, registers, branch ductwork and air distribution pattems shall be tested in strict accordance with ASHRAE Standard -70. 106 SUBMITTALS A. The following information shall be provided in accordance with Section 01300: 1. Sample copy of each of the NEBB or AABC report forms. 2. Proposed approach and schedule of testing and balancing work as specified in Paragraph 15990 -1.04 A. 3. A description of each air system including equipment to be balanced. 4. A copy of this Specification Section with addenda updates, and referenced sections with addenda updates, with each paragraph check marked to show Specification compliance or marked to show deviations. PART 2 PRODUCTS 2.01 BALANCING REPORT A. Report Data: The final certified balancing report shall include the following actual field - verified data:. 1. Equipment data a. Manufacturer and model, size, arrangement, class, location, and equipment number. b. Motor horsepower, voltage, phase, and full load amperage. c. Fan cfm, static pressure, rpm, and operating motor BHP. 2. Duct size, supply or exhaust recorded cfm, velocity, pressure measurements, location of measurements. 3. Terminal units a. Manufacturer and model, supply or exhaust, location, and identification number. b. Recorded and design cfm. B. Report Requirements: 1. Each individual final reporting form must bear the signature of the person who recorded the data and that of the supervisor of the reporting organization. 2. One certified organization shall perform the testing and balancing services. 3. Instruments which were used shall be listed and identified including the last date each was calibrated. 15990.2 T/M18.94 C. Final Report: Final report shall be submitted prior to Contractors request for final inspection. In addition to providing specified data and information on applicable reporting forms, report shall include the following: 1. A schedule for testing and balancing parts of the systems which must be delayed due to seasonal, climatic, occupancy, or other conditions beyond control of the Contractor. Delayed work shall be completed as early as the proper conditions will allow, after consultation with the Construction Manager. 2. Due to delayed testing, reports shall be submitted after execution of those services. 3. A total balance report shall include the following components: a General Information and Summary b. instrument Calibration c. Air Systems d. Record drawings with specified and measured flow rates 2.02 CERTIFICATE OF COMPLETION A. At completion of testing and balancing, Contractor shall submit a Certificate of Compliance stating that each apparatus, device, outlet, and system has been tested, adjusted, and balanced so that it is operating in conformance with manufacturer's recommendations and with the specified conditions. 2.03 PRODUCT DATA A. The following information shall be provided in accordance with Section 01300: 1. The balancing report specified in Paragraph 15990 -2.01. 2. Documentation to confirm compliance with codes and standards. 3. NEBB or AABC certification PART 3 EXECUTION 3.01 GENERAL A. The balancing agency shall conduct the above field tests in the presence of the Construction Manager. B. Following completion of testing and balancing the system shall be left in proper working order, replacing belt guards, closing access doors, closing doors to electrical switch boxes. 3.02 PERFORMANCE OF WORK A. Air Systems: 1. General: Testing, adjusting, and balancing shall be performed after the system installation is complete but prior to acceptance of the project. 2. Measurements: The Contractor shall perform the following: a. Measure and adjust air supply and exhaust units to deliver at least 100 percent of the design air volume except air exhaust rate at each hose reel need not be adjusted or balanced. The exhaust fan shall be tested and adjusted so that the exhaust flow from any one hose reel will be a minimum of 1,000 cfm with 3 hose reels operating simultaneously. The balancer shall measure and adjust each fan with a minimum of three combinations of three hose reels in operation. Exhaust flow exceeding the design rate is satisfactory and need not be reduced provided that the brake horsepower of the fan does not exceed the nominal horsepower rating of the motor under any operating condition. b. Measure static air pressure conditions on fans, .including filter pressure drops, and total pressure across the fan. 15990 -3 T/M18.94 c. Adjust fan speeds and motor drives within drive limitations, for required air volume. Set a speed to provide air volume farthest distance from the fan without excess static pressure. Check draw amps of fans on initial start -up. If running amps exceed nameplate, shut off motor immediately, notify Engineer, and make necessary drive changes as directed. d. Evaluate room pressure conditions to determine adequate supply and retum air conditions. 3. Airflow rates shall be measured with supply, retum, and exhaust systems operating with filter bank resistance midway between design values specified for clean and dirty filters. The deflection pattern of supply outlets shall be adjusted to ensure uniform air distribution throughout the space served. 4. Airflow rates supplied, exhausted, or retumed shalt be within plus or minus 5 percent of the design values specified. 3.03 FINAL INSPECTION A. Following completion of testing and balancing, but prior to submitting the balancing report, the Contractor shall recheck, in the presence of the Engineer, random selections of data water and air quantities, air motion, and sound levels recorded in the report. Points and areas for recheck shall be as selected by the Engineer. Measurement and test procedures shall be as approved for work forming basis of the report. B. Selections for recheck will not exceed 25 percent of the total tabulated in the report. C. In the event the report is rejected, systems shall be readjusted and tested, new data recorded, new reports submitted, and new inspection test made. D. Following acceptance of the reports by the Engineer, the contractor shall permanently mark damper positions, circuit balancing valves, and balancing valves so that they can be restored to their correct positbn if disturbed at any time. If a balancing device is provided with a memory stop, it shall be set and locked. Devices shall not be marked until after final inspection. END OF SECTION 15990 -4 T/M18 -94 SECTION 16050 GENERAL REQUIREMENTS FOR ELECTRICAL WORK PART 1 GENERAL 1.01 SUMMARY A. This Section specifies general requirements for electrical work. Detailed requirements for specific electrical items are specified in other sections but are subject to the general requirements of this Section. 1.02 REFERENCES A. This Section incorporates by reference the latest revision of the following documents. They are a part of Division 16 as specified and modified. In case of conflict between the requirements of Division 16 and those of the listed documents, the requirements of the listed documents shall prevail. Reference FEDSPEC 26314 Federal Specifications JIC Joint Industry Council NEC National Electrical Code (NFPA 70) NEMA National Electrical Manufacturers Assoc. UBC Uniform Building Code WAC 296 -46 Washington State Administrative Code WAC 51 -21 Washington State Energy Code 1.03 USTING AND LABEUNG A. Electrical equipment and material shall be listed and labeled for the purpose for which it is used by Underwriters Laboratories, Factory Mutual, CSA, ETL, or equivalent nationally recognized testing laboratory. 1.04 SUBMITTALS A. Where specified under individual Specification sections, submittals shall be provided in accordance with Section 01300. The submittals shall be identified by the specified equipment number and Specification section. 1.05 DRAWINGS A. Elementary, connection and interconnection drawings shall be prepared on 22 -inch x 34 -inch drafting media. Smaller sized drawings may be combined on one full-size drawing. Media shall be vellum, linen or mylar. Drawings shall have borders and title blocks identifying the scope of the drawing. B. Elementary drawings are detailed schematics diagrams of each device. Connection drawings show how a packaged component is connected to other unit components or systems. Interconnection drawings show systems or units connected to each other. In each case, every conductor and terminal shall be identified. 16050 -1 T/M18-94 1.06 ELECTRICAL NUMBERING SYSTEMS A. Each raceway, conductor and cable shall be identified by a unique number. The numbering system shall match existing numbering systems in each respective facility and shall be submitted for approval prior to ordering numbering tags. Provide a conduit and cable schedule showing the details of all cables, conductors and raceways used and the contents therein. 1.07 STORAGE OF MATERIALS AND EQUIPMENT A. Materials and equipment shall be stored. Equipment and materials to be located outdoors may be stored outdoors if protected against moisture condensation. Equipment and materials to be located indoors shall be stored indoors and sealed with plastic film wrap. B. Equipment shall be stored at least 6 inches above ground. Temporary power shall be provided to energize space heaters or other heat sources for control of moisture condensation. Space heaters or other heat sources shall be energized without disturbing the sealed enclosure. PART 2 PRODUCTS 2.01 WIRE MARKERS A. Each power and control conductor shall be identified at each terminal to which it is connected. Conductors size No. 10 AWG or smaller shall have identification sleeves. The letters and numbers that identify each wire shall be machine printed on sleeves with permanent black ink. The figures shall be 1/8 -inch high. Sleeves shall be yellow or white tubing, sized to fit the conductor insulation. The sleeves shall be shrunk to fit the conductor with hot air after installation. They shall be TMS Thermofit Marker System by Raychem Co., sleeve style wire marking system by Floy Tag and Mfg. Co., W. H. Brady Co., or approved equal. Adhesive strips are not acceptable. Conductors No. 3 AWG and larger shall use cable markers of the locking tab type. Tabs shall be white plastic with con- ductor Identification number permanently embossed. 2.02 NAMEPLATES A. Where specified, nameplates shall be made from 1/16 -inch thick laminated phenolic plastic. The nominal size of the nameplates shall be 3/4 -inch high x 2 inches long. Nameplates shall have black backgrounds with machine - engraved, 3/16 -inch white letters. Equipment titles shall be completely spelled out on the nameplates. if abbreviations are required because of space limitations, abbre- viations shall be submitted to the Engineer prior to manufacture. Nameplates shall be fastened using self- tapping stainless steel screws. The use of adhesives will not be permitted on the outside of enclosures. 2.03 TERMINAL BLOCKS A. Unless otherwise specified, terminal blocks shall be screw terminal, heavy duty, rated at 20 amperes minimum, 600V AC. Terminals shall be provided with Integral marking strips which shall be per- manently identified with the connecting wire numbers as shown on the Drawings. Each terminal block shall be uniquely identified. 2.04 SEISMIC REQUIREMENTS A. Electrical equipment shall be intemally braced for Seismic Zone 3 as defined by the Uniform Building Code. 2.05 PRODUCT DATA A. When specified under individual Specification sections, information shall be provided. Information to be provided shall be identified by the specified identification number. 16050 -2 T/M18-94 ■ B. Extraneous material on the pages or drawings provided shall be crossed out, and the equipment or material to be supplied shall be clearly marked. C. In addition to the information specified under individual Specification sections, the following material shall be provided within the time period specified. 1. Interconnection diagrams: Interconnection diagrams shall be drawn similar to the typical interconnection diagram shown on the drawings. The interconnection diagrams shall indicate wiring between panels, terminal boxes, remotely mounted devices, and motor control centers. The diagrams shall interface with the manufacturer's intemal connection diagrams for panels. The diagrams shall indicate the terminations to terminal blocks of field devices at each end of the cable, the number of conductors in the cable, the size of wire, and the number of spare conductors. For each termination, the diagrams shall indicate the terminal number, wire color, and wire number as it appears on the wire marker. All terminal blocks, including spares, shall be indicated on the diagrams. Interconnection diagrams shall be provided to the Engineer prior to the acceptance of the work. 2. Test results: The Contractor shall provide to the Engineer a copy of the test results for motors and electrical systems on the forms specified in the individual sections of Division 16 and contained in Section 01999. A file of the original test results shall be maintained by the Contractor. Prior to acceptance of work, the test result file shall be provided to the Engineer. 3. Functional checkout procedures: Functional checkout procedures specified under Paragraph 16050 -3.03C shall be provided to the Engineer prior to performing tests. PART 3 EXECUTION 3.01 GENERAL A. Construction: The work under Division 16 shall be performed in accordance with NEC and in accordance with these Specifications. 1. Unless otherwise detailed or dimensioned, electrical layout drawings are diagrammatic. The Contractor shall coordinate the location of electrical material or equipment with the work. Minor changes in location of electrical material or equipment shall be made at no cost to Metro. 2. All equipment shall be located and installed so that it will be readily accessible for operation and maintenance. Metro reserves the right to require minor changes in location of outlets or equipment, prior to roughing in, without incurring any additional costs or charges. 3. The Contractor shall install electrical equipment or devices together with all required interconnections as shown on the Drawings. 4. All proposed labels and tags by the Contractor shall be submitted to KCDMS for approval prior to fabrication. 5. Electrical work shall be performed in cooperation with all other trades in order to secure the best arrangement of the work as a whole. No changes in the work shall be made without the written permission of the Engineer. 6. Where details of installations are not shown on the Drawings, new installations shall be similar to existing installations. 7. Conduit rising through a slab or into any floor areas shall be protected by a dry pack concrete pad approximately 6 inches in diameter and 3 inches high above the finished floor, or alternatively, the conduit shall be brought up through a raised equipment pad or curb. Top finish must slope away from conduit to drain away any surface water. B. Housekeeping: 1. Electrical equipment shall be protected from dust. Busway shall be wiped free of dust and dirt on the outside and shall be vacuumed on the inside within 30 days of acceptance of the work. 2. Before final acceptance, the Contractor shall repair by spray painting, after properly preparing the surface, all scratches or defects in the finish of the equipment. Only identical paint fumished by the equipment manufacturer shall be used for such purposes. C. New equipment: 1. Care shall be exercised in the installation of all equipment to avoid damage or disfigurement of any kind. All equipment shall be protected from dust and moisture prior to and after installation. The equipment shall be covered with a heavy polyethylene plastic sheet, or laminated kraft paper having a moisture barrier, during all stages of construction. 16050.3 T/M18 -94 2. Any equipment whose designation (job site) is more than 25 miles from the factory shall be carefully protected for shipping. All openings shalt be protected by plywood securely fastened to the framework of the equipment. Equipment shall be adequately covered during local delivery. 3. Equipment which is stored in unheated or open areas on the job shall be provided with thermostatically controlled heating units of sufficient size to keep the temperature of the equipment above the dew point. Strip heaters specified in panels shall be connected to an adequately protected temporary power source and operated during all the time the equipment is stored or on the job site. 4. Failure of the Contractor to protect the equipment as outlined herein shall be grounds for rejection of the equipment. D. Existing equipment: Some of the equipment is existing. The Contractor shall relocate, modify and repair existing equipment as required to produce a complete and operable system subject to the acceptance of the Engineer. As a minimum, relocations, modifications and repairs of existing equipment shall conform to the original standards of construction for the existing equipment. This includes, but is not limited to, extending, relocating and modifying existing conduit and wire runs. Splicing of wires is not acceptable. New wire shall be installed if wiring is to be extended. E. Maintaining continuity of service: Several areas of the Contract involve power, control and other services essential to reliable operation of the fans. Where transfer of these services from old equipment to new equipment is required, the Contractor shall provide KCDMS with a complete and detailed plan for such transfer of service. Such plan shall be subject to approval by the Engineer, and the Contractor shall not proceed with work in areas of essential services until the Contractor has provided a plan to the satisfaction of the Engineer. 3.02 PHASE CONNECTIONS A. Phase connections for equipment shall be A, B, C, counting from front to back, top to bottom, and left to right as viewed from the operating mechanism side. 3.03 TESTING A. General: 1. Prior to energizing the electrical circuits, the following tests shall be performed. Unless otherwise specified, a 1,000V megohmmeter shall be used for resistance measurements. 2. The measurements of the tests shall be recorded on the specified forms and provided to the Engineer in accordance with Paragraph 2.05C.2. B. Insulation resistance measurements: 1. General: General insulation resistance measurements shall be made on conductors and energized parts of electrical equipment. Minimum acceptable values of Insulation resistance shall be in accordance with the applicable ICEA, NEMA or ANSI standards for the equipment or material being tested, unless otherwise specified. The ambient temperature at which insulation resistance is measured shall be recorded on the test form. 2. Conductor and cable tests: a. The phase -to -ground insulation resistance shall be measured for all circuits 120 volts and above except lighting circuits. Measurements may be made with motors and other equipment connected. b. Insulation resistance measurements shall be recorded in a format similar to Form 16000 -A, contained in Section 01999. Insulation with resistance of less than 10 megohms is not acceptable. 3. Motor tests: a. The Installed Motor Test Form, 16000 -B, contained in Section 01999, shall be completed for each motor after installation. All motors shall have their insulation resistance measured before they are connected. Motors 50 HP and larger shall have their insulation resistance measured at the time of delivery as well as when they are connected. Insulation resistance values less than 10 megohms are not acceptable. b. The Contractor shall verify that motors are connected to rotate in the correct direction. Verification may be accomplished by momentarily energizing the motor, provided the 16050.4 T /M18 -94 Contractor confirms that neither the motor nor the driven equipment will be damaged by reverse. operation. c. The full load current on each phase shall be measured with the motor running. C. Functional checkout: 1. Protective devices shall be adjusted and operative during the testing period. Prior to start-up of each piece of equipment or system, the Contractor shall perform a functional checkout on control circuits. The checkout shall consist of energizing each control circuit and operating each control, alarm, or malfunction device, and each interlock in tum to verify that the specified action occurs. This may be performed with the motor connected or disconnected. 2. The Contractor shall prepare detailed descriptive procedures used to test each drive or system. The functional checkout procedures shall be provided to the Engineer for approval before the checkout is performed. After the checkout has been performed, a signed and dated copy of the test results shall be provided to the Engineer. END OF SECTION 16050-5 T/M18-94 SECTION 16110 RACEWAYS, FITTINGS AND SUPPORTS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies raceways, fittings and supports for electrical conductors to be provided for power, control, instrumentation, grounding and signal systems. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In case of conflict between the requirements of this Section and the listed documents, the requirements of this Section shall prevail. Referencejg AASHTO H2O Highway Bridges ANSI C80.1 Rigid Steel Conduit, Zinc Coated ANSI C80.3 Electrical Metallic Tubing, Zinc Coated ASTM A193 Alloy -Steel and Stainless Steel Bolting Materials for High Temperature Services FEDSPEC Conduit, Metal, Rigid and Coupling, WW -C -581 E Elbow, and Nipple, Electrical Conduit; Zinc Coated JIC EMP -1 Electrical Standards for Mass Production Equipment NEMA TC2 Electrical Plastic Tubing (EFT) and Conduit (EPC 40 and EPC 80) NEMA VE1 Cable Tray Systems UL 1242 Intermediate Metal Conduit 1.03 UNDERWRITERS LABORATORIES INC. A. Unless otherwise specified, electrical equipment and material shall be listed and labeled for the purpose for which it is used by the Underwriters Laboratories Inc. (UL) or equivalent nationally recognized testing laboratory. 1.04 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Manufacturer's literature. 16110 -1 T/M18 -94 PART 2 PRODUCTS 2.01 RACEWAY A. Steel conduit: 1. Galvanized rigid steel conduit (GRS): Rigid steel conduit shall comply with ANSI C80.1 with smooth finished surfaces. Conduit shall be hot -dip galvanized. Unless otherwise specified, minimum size shall be 3/4 -inch exposed and 1 -inch embedded. 2. Fittings: a. Locknuts shall be extra heavy electrogalvanized steel for sizes through 2 inches. Locknuts larger than 2 inches shall be electrogalvanized malleable iron. Bushings shall be electrogalvanized malleable iron with insulating collar. Grounding bushings shall be locking type and shall be provided with a feed- through compression lug for securing the ground cables. Unions shall be electrogalvanized ferrous alloy type Appleton UNF or UNY, Crouse -Hinds UNF or UNY, or approved equal. Threadless fittings are not acceptable. Conduit bodies shall be ferrous alloy type with screw taps for fastening covers. Gaskets shall be made of neoprene. b. Expansion fittings in embedded runs shall be watertight and shall be provided with an intemal bonding jumper. The expansion material shall be neoprene and shall allow for 3/4 -inch movement in any direction. B. Liquidtight flexible steel conduit (FLEX): Liquidtight flexible steel conduit shall be formed from spirally wound galvanized steel strip with successive convolutions securely interlocked and jacketed with liquidtight plastic cover. Minimum size shall be 1/2 -inch. Fittings for Iiquidtight conduit shall • have cadmium- plated malleable iron body and gland nut with cast -in lug, brass grounding ferrule threaded to engage conduit spiral and 0 -ring seals around the conduit and box connection and insulated throat. Forty -five and 90- degree fittings shall be used where applicable. C. Explosionproof flexible conduit: Explosionproof flexible conduit shall be suitable for use in Class I, Division 1, Groups C and D hazardous areas as specified in NEC and shall be watertight. D. Wireways: Wireways and auxiliary gutters shall be JIC EMP -1 sectional flanged oitiight type with hinged covers and shall be 8 inches x 8 inches In cross section unless otherwise specified. 2.02 BOXES AND FITTINGS A. General: Junction boxes, device boxes, and conduit fittings shall be of same quality or grade as existing in each respective facility. Exposed boxes and boxes located in indoor wet areas, containing more than 24 cubic inches, shall be cast ferrous alloy or NEMA 3R sheet steel. Boxes and fittings installed in areas where electrical metallic tubing is specified may be standard UL- approved sheet steel type. B. Cast ferrous alloy boxes: Boxes shall be hot -dip galvanized cast ferrous alloy unless otherwise specified. Integrally cast threaded hubs or bosses shall be provided for conduit entrances and shall provide for full 5- thread contact on tightening. Drilling and threading shall be done before galvanizing. Cover plates shall be of similar hot -dip galvanized cast ferrous alloy material. A full -body neoprene gasket shall be provided with the cover. Type 304 stainless steel screws shall be provided for covers. Device boxes shall be FD boxes as manufactured by Crouse - Hinds, Appleton, or approved equal. C. Gang boxes: Outlet and device boxes shall be gang type where 2 or more devices are located together. Device covers shall be suitable for gang boxes with neoprene gaskets to fit the devices and boxes used. Covers shall be hot -dip galvanized cast ferrous alloy unless the particular device requires a cover that is not manufactured in this material. D. Floor boxes: Floor boxes shall be hot -dip galvanized cast boxes with a NEMA 3R rating. Boxes shall be provided with a recessed ring neoprene gasket, hot -dip galvanized steel checker cover plates and Type 304 stainless steel machine screws of not less than 1/4 -inch diameter. The cover screws shall be flat head type of recessed socket head screws with no material projecting above the level of the cover. 16110 -2 T/M16.94 E. Boxes used indoors: 1. Boxes larger than FD boxes shall be fabricated from welded steel and hot -dip galvanized after fabrication. Before finish is applied, a grounding pad drilled for 2 bolted grounding lugs or a grounding stud shall be welded to the inside of the box. Hardware shall be Type 304 stainless steel. Boxes shall, as a minimum, meet NEMA 12 and JIC EMP -1 requirements. 2. Electrogalvanized sheet steel boxes may be used where electrical metallic tubing is specified. Boxes shall be a minimum of 4-inch square. Covers shall have raised edges to be flush with walls and ceiling surfaces. F. Boxes in outdoors: Boxes and fittings located outdoors areas shall be NEMA 3R. G. Hubs: Threaded hubs for connection of conduit to junction, device or terminal boxes shall be made of cast ferrous alloy, electroplated with zinc and shall have insulated liner and insulating bushings. The hubs shall utilize a neoprene 0-ring and shall provide a watertight connection. 2.03 RACEWAY SUPPORTS A. Conduit supports: Hot -dip galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be 1 -hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit supports for PVC coated rigid steel and PVC conduit systems shall be 1 -hole PVC coated clamps or PVC conduit wall hangers. B. Ceiling hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers as specified. Straps or hangers of plumber's perforated tape are not acceptable. Unless otherwise specified, hanger rods shall be 1/2 -inch, all- thread rod and shall meet ASTM A193 and ASME Boiler and Pressure Vessel Code specifications. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. C. Structural attachments (racks): Structural attachments shall be constructed from framing channel. 2.04 PRODUCT DATA A. The Contractor shall provide catalog cuts for all materials provided under this Section before work Is started. The catalog cuts shall be assembled in folder, and each page marked with the item and reference number to the Specifications. PART 3 EXECUTION 3.01 CONDUIT A. General: 1. Conduit runs between boxes: The Contractor shall limit the number of directional changes of the conduit to total not more than 270 degrees in any run between pull boxes. Conduit runs shall be limited to 400 feet, less 100 feet for every 90 degrees of change in direction. Bends and offsets shall be avoided where possible but, where necessary, shall be made with a hickey or conduit bending machine, or shall be factory preformed bends. Tums shall be made with cast metal fittings or conduit bends. Welding, brazing or otherwise heating of conduit is not acceptable. 2. Junction and pull boxes: Where required for ease of pulling and as necessary to meet codes, the Contractor shall Install cast junction or pull boxes even though not shown on the Drawings. Bends and offsets shall be avoided where possible, but where necessary, shall be made with a conduit bending machine. Turns shall consist of cast -metal fittings or symmetrical bends. Where two (2) or more conduit runs use the same pull box, the conductors shall be separated by suitable barriers. Pull boxes used for multiple conduit runs shall not combine circuits fed from different switchgear. 3. Conduit terminations: a. Conduit entering NEMA 1 type sheet steel boxes or cabinets shall be secured by locknuts on both the interior and exterior of the device and shall have an insulating grounding or bonding bushing fitted over the conduit end. Conduit entering all other boxes shall be terminated with a threaded hub. Surface- mounted cast boxes and 16110 -3 T/M18-94 nonmetallic enclosures shall have threaded hubs. Joints shall be made with standard couplings or threaded unions. Metal parts of nonmetallic boxes and plastic coated boxes shall be bonded to the conduit system. Running threads shall not be used in lieu of conduit nipples, nor shall excessive thread be used on any conduit. The ends of conduit shall be cut square, reamed, and threaded with straight threads. Rigid steel conduit shall be made up tight and without thread compound. Exposed male threads on rigid steel conduit shall be coated with electrically conductive zinc -rich paint. 4. Conduit terminations (alternate): a. All conduit shall terminate in junction boxes, outlet boxes or panels with proper fittings. Conduit feeding free - standing electrical and mechanical equipment having conduit connections shall terminate in clear wiring space and shall be terminated with a grounding bushing. b. All conduit entering sheet -steel boxes or cabinets shall be secured by locknuts on both the interior and exterior of the enclosure and shall have an insulating bushing installed over the conduit end. All conduit entering NEMA 12 or JIC boxes shall be terminated with a raintight hub having an insulating liner. All surface - mounted cast boxes shall have threaded hubs. All joints shall be made with standard couplings or specified unions. Running threads shall not be used in lieu of conduit nipples, excessive threads shall not be used on any conduit. Conduit terminated in NEMA 4X, or other cast boxes shall have 5 full threads of contact. The ends of all conduit shall be cut square, reamed and threaded with straight threads. Conduit joints shall be made up with T &B Kopr - Shield which shall be applied to the male threads only. 5. Matching existing facilities: a. When new conduit is added to areas which are already painted, the conduit and its supports shall be painted to match the existing facilities. Where new conduit is used to replace existing conduit, the existing conduit and supports shall be removed, and resulting blemishes shall be patched and repainted to match original conditions. Similarly, If existing conduits are to be reused and rerouted, resulting blemishes shall be corrected in the same manner. Reuse or reroute of existing conduit shall be subject to engineer approval in the field. b. The Contractor shall exercise the necessary precautions to prevent the lodging of dirt, concrete or trash in the conduit, fittings and boxes during the course of installation. Each conduit and sheathed, jacketed, armored or otherwise grouped assembly of conductors shall be identified at each end with a permanent nonferrous metal marker. Designation shall be pressure stamped into the tag. Spare conduit shall contain one 3/16 -inch diameter propylene rope. B. Conduit locations: Unless otherwise specified, conduits shall be installed in locations as specified in Table A below. Unscheduled conduit shall also be provided as specified in Table A. Unscheduled conduit shall be provided for all lighting and receptacle systems and for other systems as described in the Contract documents. TABLE A. CONDUIT LOCATIONS Conduit type Location 1. Rigid steel Exposed noncorrosive areas, hazardous (classified) areas, embedded, buried, or encased 2. Uquidtight flexible Final raceway connections to all equipment metallic and instruments which require flexibility C. Conduit support: 1. Exposed rigid steel conduit shall be run on supports spaced not more than 8 feet apart and shall be constructed with runs parallel or perpendicular to walls, structural members, or intersections of vertical planes and ceiling. No conduit shall approach closer than 6 inches to any object operating above the rated temperature of the cable Insulation it contains. 2. Steel conduit shall be supported away from the structures using hot -dip galvanized malleable iron straps with nesting backs. Where 3 or more conduits are located in a parallel run, they shall be spaced out from the wall using framing channel. Runs of individual conduit suspended from the ceiling shall be supported with galvanized carbon steel rod hangers. Where 3 or more conduits are suspended from the ceiling, steel racks shall be constructed. 16110-4 T/M18 -94 3. Conduit rack and tray supports shall be secured to concrete surfaces by means of cast -in -place anchors. Individual conduit supports may use cast -in -place anchors, die -cast, rustproof alloy expansion shields or cast flush anchors. Wooden plugs, plastic inserts or gunpowder - driven inserts are not acceptable as a base to secure conduit supports. D. Conduit support (ALTERNATE) 1. Exposed conduit shall be run on supports spaced not more than 8 feet apart and shall be Installed with runs parallel or perpendicular to walls, structural members or intersections of vertical planes and ceiling. No conduit shall approach closer than 6 inches to any object operating above the rated temperature of the installation. 2. Conduit supported directly from the concrete structure shall be spaced out at least 3/8 -inch using 1 -hole malleable straps with backs and nesting backs or, if 3 or more conduits are located in a parallel run, they shall be spaced out from the wall approximately 5/8- to 1 -inch by means of framing channel. Runs of individual conduit suspended from the ceiling shall be supported with galvanized wrought steel pipe hangers. Where 3 or more conduits are suspended from the ceiling, suitable steel racks shall be installed subject to loading acceptance by the Construction Manager. 3. Welding, brazing or otherwise heating of the conduit is not allowed. Plumber's perforated hanger iron shall not be used for any purpose. E. Conduit penetrations: • 1. Unless otherwise specified, conduit routed perpendicular through floors, walls or other concrete structures shall pass through cast -in -place openings wherever possible. In cases where cast -in -place openings are not possible, appropriate size holes shall be bored through the concrete to accommodate the conduit passage. The size and location of the holes shall not impair the structure's integrity. After completion, use non - shrink grout or calk around con- duit and finish to match existing surroundings. Unless otherwise protected, conduits that rise vertically through the floor shall be protected by a 3 -1/2 -inch high concrete pad with a sloping top. Pads not required in crawl spaces. 2. Wherever conduits penetrate concrete walls to outdoors, the Contractor shall provide a watertight seal as manufactured by O. Z. Gedney Co., or approved equal. F. Conduit penetrations (ALTERNATE): Conduit rising through a slab shall be protected by a dry pack concrete pad approximately 6 inches in diameter and 3 inches high above the finished floor, or alternatively, the conduit shall be brought up through a raised equipment pad or curb. All penetrations of existing concrete shall be made in such a manner as not to destroy the structural integrity of the structure. As shown on the Drawings, some of the conduit and equipment is existing. New conduit shall be installed and existing conduit modified as required to produce a neat, coordinated installation as if the entire installation were new. G. Liquidtight flexible conduit: 1. The length of flexible Iiquidtight conduit shall not exceed 15 times the trade diameter of the conduit. The length of flexible Iiquidtight conduit shall not exceed 36 inches. 2. Flexible conduit shall not be used as a general purpose raceway but shall be provided in locations requiring flexibility. Liquidtight flexible conduit shall be used for all motor connec- tions. Where flexibility is required for electrical raceways on equipment, Iiquidtight conduit shall be used in accordance with JIC standards, these Specifications, and the local inspection agency. The maximum length of flexible conduit shall be 36 inches unless otherwise shown, and the terminating fittings and sealing shall be as shown in the motor details. Nonjacketed flexible conduit may be used for connections to lighting fixtures in furred spaces (archi- tecturally treated areas). 3.02 RACEWAY SUPPORT SYSTEM A. Raceway support systems are designed with a safety factor of 5. Support systems provided by the Contractor shall meet this requirement. 3.03 RACEWAY NUMBERING SYSTEM A. General: Each conduit shall be identified by a unique number including spare conduits. 16110 -5 T/M18 -94 B. Conduit Identification: Conduit numbers shall be pressure stamped into a noncorrosive metal tag. A tag with number shall be fixed to each end of each conduit and at each manhole, pull box and handhole with Type 304 stainless steel wire. END OF SECTION 16110 -6 { SECTION 16120 CONDUCTORS AND CABLE PART 1 GENERAL 1.01 SUMMARY A. This Section specifies conductors and cables rated 600 to 15,000 volts used for power, lighting, receptacle, signal and control circuits. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Ms ASTM B3 Soft or Annealed Copper Wire ASTM B8 Concentric- Lay - Stranded Copper Conductors, Hard, Medium Hard or Soft ASTM B33 Tinned Soft or Annealed Copper Wire for Electrical Purposes ICEA S -68 -516 Ethylene Propylene Rubber Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy UL 1277 Type TC Power and Control Tray Cable UL 44 Rubber Insulated Wire and Cables 1.03 SUBMITTALS A. The Contractor shall provide the following submittals in accordance with Section 01300: 1. Manufacturer's product data on cables and splicing materials. 2. Cable pulling tension and side pressure calculations per Paragraph 3.07C. PART 2 PRODUCTS 2.01 GENERAL A. Cables shall be identified on the overall jacket as to the manufacturer's name, cable size, number of conductors, type of insulation, type of jacket, cable type, and voltage rating. Identifying information shall be printed every 3 feet in a color contrasting with the cable jacket. Refer to the cable schedule for cable sizes. 2.02 600 -VOLT CABLE A. Lighting circuits: 1. Conductor: Conductors shall be 12 -AWG solid or stranded copper, with a 600V THW, THHW/THWN insulation rating. B. Single conductor cables: . 1. Conductor: Cables shall consist of an uncoated, annealed, Class B stranded copper conductor per ICEA S -68 -516, Part 2. 16120 -1 T/M18.94 2. Insulation: Insulation shall be Type II, flame- retardant ethylene propylene (EP) per ICEA S-68 -516, Part 3.7. Thickness shall be in accordance with ICEA S -68 -516, Table 3 -1. 3. Identification: All 600V cables used in power circuits shall be color coded in accordance with the following: lts� sus Color Three - phase, 460V power Phase A Brown or Phase B Orange 480/277V lighting Phase C Yellow Ground Green Neutral Gray Three- phase, 120/208V power Phase A Black Phase B Red Phase C Blue Neutral White Single- phase, 120V power Phase A Black Neutral White 4. Type: Finished cable shall be UL- listed as Type THWN/THHN/MTW /AW and VW -1 rated. Cable shall be rated at 600V, 90 degrees C normal operating, 130 degrees C emergency, for use on emergency systems. 5. Tests: Cables shall meet the test requirements of IEEE 383 and UL 1277, with a 70,000 BTU /hour flame. 6. Sources: The Okonite Company, Okonite Type THWN or THHN, VW -1; Anaconda- Ericsson, Unicon -FREP, or approved equal. C. Mutticonductor cable: 25 conductor, #22 AWG cable, with tinned annealed copper per ASTM B 33, Class B stranding per ASTM B 8 with color coded, flame retardant EPR insulation as manufactured by CABLEC Co. or approved equal. 2.03 SPLICING AND TERMINATING MATERIALS A. 600V conductor and cable connectors: 1. Connectors shall be 1 -plece tool applied compression type of required size, UL- listed for the specific application. Connectors shall be tin - plated high conductivity copper. Connectors for wire sizes No. 10 AWG and smaller shall be nylon self- insulated ring tongue or locking -spade terminals. Connectors for wire sizes No. 8 AWG and larger shall be 1 -hole lugs up to size No. 3/0 AWG, and 2 -hole or 4 -hole lugs for size No. 4/0 and larger. Mechanical clamp, dimple, screw -type connectors are not acceptable. 2. In -line splices and taps shall be used only where specified. When used, they shall be of the same construction as other connectors. B. Wire markers: Each power and control circuit conductor size No. 10 AWG or smaller shall be identified as specified at each terminal to which it is connected with a legible permanent coded marking sleeve in accordance with Section 16050. Sleeves shall be yellow or white tubing, sized to fit the conductor insulation, with machine printed black marking, and shall be TMS Thermofit Marker System by Raychem Co., sleeve style wire marking system by W. H. Brady Co., Fby Tag and Mfg. Co., or approved equal. Adhesive strips are not acceptable. Conductors No. 8 AWG and larger shall be identified by cable markers of the locking tab type. Tabs shall be white plastic with conductor identification number permanently embossed. 2.04 PRODUCT DATA A. Submit the following: 1. Cable splicers written qualifications per Paragraph 3.04A. 2. DC high potential test results per Paragraph 16120-3.07B. 3. Operating and maintenance material in accordance with Section 01730, Items 2 through 10. 16120-2 T/M18 -94 PART 3 EXECUTION 3.01 GENERAL A. Wire and cable shall not be pulled into conduits until conduits have been cleaned. Conduits shall be thoroughly cleaned with air or other means and a mandrel correctly sized for each conduit size shall be pulled through all conduits. B. Pulling wire and cable into conduit or trays shall be completed without damaging or putting undue stress on the cable insulation. Soapstone, talc or UL- listed pulling compounds are acceptable lubricants for pulling wire and cable. Grease is not acceptable. Raceway construction shall be complete and protected from the weather before cable is placed. C. Whenever a cable leaves a raceway, a cable support shall be provided. D. When flat bar connections are made with unplated bar, the Contractor shall scratch -brush and lubricate the contact areas with joint compound, Atlantic No. 62, Alcoa No. 2EJC, or approved equal. Bolts and other hardware shall be lubricated with the same contact aid. Bolts shall be torqued to the bus manufacturer's recommendations. Joint compound shall not contain grit or metallic particles. E. Care shall be exercised in pulling wires and cables into conduit or racks so as to avoid kinking, putting undue stress on the cables or otherwise abrading them. No grease will be permitted in pulling cables. Soapstone, talc or UL- listed pulling compound only will be permitted. The raceway installation shall be complete and protected from the weather before cable Is pulled Into it. F. Cables crossing hinges shall be made up into groups not exceeding 12 and shall be so arranged that they will be protected from chafing when the hinged member is moved. 3.02 WIRE AND CABLE TERMINATION A. Power conductors No. 10 AWG and larger may be terminated directly in box -type lugs without terminals. Insulated terminals of the spade or ring - tongue type shall be used on all stranded control and power conductors No. 12 AWG and smaller. Insulated terminals shall be used also on all stranded instrumentation wiring. Special instrumentation cables shall be terminated in accordance with the recommendations of the manufacturer of the equipment and subject to acceptance of the Engineer. B. No splices shall be used in power and control wiring. The wiring shall be continuous from point -to- point. C. If field conditions so dictate that splices must be used, it shall be at the discretion and approval of the Engineer. If splices are used, they shall be done as follows: All splices shall be taped 2 layers on half lap of vinyl plastic electrical tape for 600V insulation. Terminations of cables at 460V motors shall be made by bolt- connecting the lugged conductors and then using 3 half -lap layers of adhesive vamished cambric tape covered with 2 half -lap layers of vinyl plastic electrical tape. Any other splicing methods shall be submitted to the Engineer. D. Terminals and connectors shall be installed with the compression tool recommended by the terminal manufacturer. Solid wire shall not be lugged, but shall be terminated with full ring eye of the wire under the binding -head screw or saddle of the terminal block. E. All control conductors in control stations as well as connections to mechanical equipment shall be tagged at each end with legible, permanently coded wire - marking sleeve showing the complete wire designation. F. All field wiring to pushbutton stations and other isolated control devices shall be labeled at each end with the complete circuit number. All wiring to other panels, relay compartments of the same panel or interlocking wiring shall have the applicable double identification at each end of the conductors. The Contractor shall provide a schedule for acceptance prior to printing of the sleeves, correlating 16120 -3 T/M18 -94 the wire markings the Contractor proposes to use with each control wire and terminal number. All submittal diagrams referenced shall be provided to the Engineer for checking the wire marking submittal. 3.03 600 -VOLT CONDUCTOR AND CABLE A. Conductors in panels and electrical equipment, No. 6 AWG and smaller, shall be bundled and laced at intervals not greater than 6 inches, spread into trees and connected to their respective terminals. Lacing shall be made up with plastic cable ties. Lacing is not necessary in plastic panel wiring duct. B. Slack shall be provided in junction and pull boxes, handholes and manholes. Slack shall be sufficient to allow cables or conductors to be routed along the walls of the box. C. Conductors crossing hinges shall be bundled into groups not exceeding 12 and shall be so arranged that they will be protected from chafing when the hinged member is moved. D. Stranded conductors shall be terminated directly on the terminal block. Compression Tugs and connectors shall be installed using manufacturer's recommended tools. E. Raceway fill limitations shall be as defined by NFPA No. 70 and the following: 1. Conductors operating at different voltages shall be in separate raceways as follows: a. 100 to 600V power and control conductors. b. Below 100V signal conductors. c. Direct current, 125V and below, power conductors. 2. Conductors whose size differs by more than 3 number classes shall not be in the same conduit. 3. 120V receptacle circuits may be in the same conduit in accordance with derating requirements of the NEC. Lighting and 120V receptacle circuits shall not be in conduits with power or control conductors, and shall not be installed in cable trays. F. Solid conductors in receptacle circuits shall terminate at electrical spring connectors. Solid conductors shall not be lugged. G. All conductors and cable shall be tagged. H. Terminations at motors shall be made by bolt- connecting the lugged connectors. The connection shall be wrapped in a minimum of two 2- 1 /2- lapped layers of Scotch No. 33, or approved equal, tape. Connectors having irregular surfaces shall be padded using Scotchfill brand insulating putty, or approved equal. In-line splices and tees shall be made with tubular compression connectors and insulated as specified for motor terminations, except that conductors No. 10 AWG and smaller may be spliced using self - insulating connectors. Splices and tees in underground handholes or pull boxes shall be insulated using Scotch -cast, or approved equal, epoxy resin splicing kits. Terminations at devices with 120V pigtail leads shall be made using sett- insulating tubular compression connectors. I. Splices shall not be made in conductors except at boxes, outlets, devices supplied with pigtails, or cabinets. Splices will not be permitted in conduit bodies. J. Conductor and cable markers shall be provided at splice points. 3.04 TESTING A. General: The Contractor shall test conductors and cable rated 600 volts. B. Cable pulling calculations: The Contractor shall furnish detailed cable pulling tension and cable pulling side pressure calculations along with the manufacturer's data showing allowable limits for the following instances: 1. All 600V cable nms greater than 200 feet in length or with more than 180 degrees of total direction change. 16120 -4 T/M18.94 END OF SECTION 16120 -5 T/M18.94 A. Unless otherwise specified, electrical equipment and material shall be listed and labeled for the purpose for which it is used by the Underwriters Laboratories Inc. (UL) or equivalent nationally recognized testing laboratory. 1.04 SUBMITTALS, A. Provide the following submittal in accordance with Section 01300: 1. Manufacturer's catalog cuts for all materials provided under this Section. PART 2 PRODUCTS 2.01 GENERAL A. Wiring devices shall be UL- listed for the current, voltage and frequency specified and shall comply with NEMA WD-1. Devices shall contain provisions for back wiring and side wiring with captively held metallic binding screws. Devices shall be brown, except those located in finished areas shall be ivory. 2.02 RECEPTACLES AND PLUGS A. General: Receptacles shall be grounding type. B. 120V Receptacles: Receptacles shall be duplex 20 -amp NEMA 5 -20R and shall accept NEMA 5 -15P or 5 -20P plug caps. Receptacles shall be Hubbell 5362, or approved equal. GFI receptacles shall be installed where shown. Outdoor receptacles shall be weatherproof. 2:03 DEVICE PLATES A. Device plates on sheet metal boxes shall be made from Type 302 stainless steel. Zinc - plated steel device plates shall be used in all other indoor areas. Device plates for corrosive and outdoor areas shall be impact resistant, marine grade fiberglass. Device plates for instrumentation power supply disconnect switches shall be provided with general purpose switches and shall have a lockoff feature with provision for a single padlock. 16140 -1 T/M18-94 B. Device plates shall be provided with engraved laminated phenolic nameplates with 1/8 -inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and also voltage if other than 120V, single - phase. Indoor nameplates may be secured by epoxy glue. Nameplates outdoors shall be secured by Type 304 stainless steel screws. C. Receptacles located outdoors shall be provided with weatherproof lift covers. PART 3 EXECUTION 3.01 INSTALLATION A. Boxes shall be independently supported by galvanized brackets, expansion bolts, toggle bolts, or machine or wood screws as appropriate. Wooden or plastic plugs inserted In masonry or concrete shall not be used as a base to secure boxes, nor shall welding or brazing be used for attachment. B. Unless otherwise noted, receptacles installed In sheet steel boxes shall be flush mounted. Flush- mounted receptacles shall be located 18 inches above the finished floor. C. Switch boxes shall be mounted 48 inches above the floor. Receptacles installed in cast device boxes shall be located 48 inches above the finished floor. END OF SECTION COMBINATION MOTOR STARTERS - 240/480 VOLTS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies 480V combination motor starters installed in enclosures other than motor control centers. 1.02 REFERENCES A. This Section incorporates by reference, the latest revision of the following document. It is a part of this Section as specified and modified. In case of conflict between the requirements of this Section and that of the listed document, the requirements of this Section shall prevail. Reference 1111$ ANSIMEMA ICS Industrial Control and System Section 1.03 UNDERWRITERS LABORATORIES INC. A. Unless otherwise specified, electrical equipment and material shall be listed and labeled for the purpose for which it is used by the Underwriters Laboratories Inc. (UL). 1.04 SUBMITTALS TO BE PROVIDED A. The Contractor shall provide the following submittals in accordance with Section 01300: 1. Manufacturer's catalog cuts. 2. Wiring diagrams. PART 2 PRODUCTS 2.01 ENCLOSURE A. Each door to a motor starter enclosure shall be interlocked with an externally operated disconnect handle. Disconnect handle shall be arranged to indicate disconnect position. The disconnect operator (handle) shall have provisions to accept up to three 3/8 -inch shackle padlocks to lock the disconnect in the open position. Enclosures shall be NEMA 12 for indoor areas, NEMA 3R for outdoor locations. B. Bussing shall be silver plated copper braced for a minimum of 42,000 AIC, with all connections bolted with Belleville washers over flat washers. C. Enclosure shall be NEMA Class II, Type B construction, 20 inches deep, completely factory wired with terminal blocks in each compartment. Each compartment shall have hinged doors, the doors to be interlocked with an extemally operated, lockable disconnect handle. Compartments shall be enclosed to isolate any fauns. Starters Size 4 and smaller shall be drawout type with line disconnecting stabs, pressure type and of high strength alloy. Spare units shall be complete drawout units. 2.02 MOTOR BRANCH CIRCUIT PROTECTION A. Fused Disconnect Switches: Fused disconnect switches shall be provided with visible knife blades, shielded line terminals and quick -make, quick -break switch operator. Fuse clips shall be sized for UL 16155 -1 T/M18-94 Class RK, 1 -time, time- delay fuses. Fuse assembly shall have a minimum short circuit capacity of 50,000 amps symmetrical. Fuse removal shall be accomplished with the use of fuse pullers. B. Molded Case Motor Circuit Protectors: The molded case circuit breaker shall operate on the magnetic principle with a current sensing coil in each of the 3 poles to provide an instantaneous trip for short circuit protection. The trip setting shall be adjustable over a range of 700 to 1,300 percent of the full bad current of the motor served and shall be adjustable from the front of the breaker. 2.03 MOTOR STARTERS A. The basic full voltage, non- reversing starter shall consist of a 3 -pole, 600V AC contactor, transient surge suppressor, and 3 overload relays, Size 1 minimum. Reversing and multi -speed starters shall have additional contactors, overload relays and auxiliary relays as required for the specified functions. B. The contactors shall be in compliance with NEMA iCS and NEMA rated for the horsepower as specified. C. Starters shall be equipped with seal -in and auxiliary contacts, rated 10 amperes continuous at 120V AC. As a minimum, each non- reversing starter shall be equipped with 2 normally open and 2 normally closed auxiliary contacts. D. Overload relays shall be bimetallic type with separate heaters for each of the 3 poles. An overload condition shall cause the relay to latch in the open position. Reset shall be accomplished with a reset button located on the unit door exterior. Trip setting shall be adjustable from 85 to 115 percent of rating. E. Handles for disconnect assemblies shall be vertically activated, hand graspable, with a minimum of 4 inches of graspable length. 2.04 TERMINAL BLOCKS A. Terminal blocks shall be heavy duty, rated at 20 amperes, 600 volts, and shall contain integral marking strips. B. Terminal blocks shall be provided for external control and power wires size No. 10 AWG and smaller. Spare terminals shall be provided as specified. Terminals shall be permanently Identified with the numbers specified. 2.05 CONTROL DEVICES A. Unless otherwise specified, the starter shall be provided with a Start-Stop pushbutton, green and red pilot light. 2.06 TRANSIENT SURGE SUPPRESSORS A. Transient surge suppressors shall be provided in each starter. Suppressors shall be encapsulated, 3- component, solid state circuit, in a module suitable for mounting directly to the starter coil. Additional space for suppressors shall not be required. Suppressors shall be rated 120V AC /DC. 2.07 CIRCUIT ARRANGEMENT- WIRING A. One terminal of operating coils shall be connected to the (grounded) neutral control conductor. No contacts shall be provided between the coil and neutral. Conductors shall be switchboard type and rated for minimum 90 degrees C above ambient temperature. Conductors shall be identified with tag numbers as specified in Paragraph 16050- 2.01A. 16155-2 T/M18.94 2.08 CONTROL CIRCUIT TRANSFORMERS A. Each combination motor control unit shall be provided with a control circuit transformer rated for 480 - 120V, single - phase, 60 -Hz. Unless otherwise specified, transformers shall have a minimum volt - ampere rating as follows: Minimum Starter volt - ampere rating Size 1 100 B. The transformer size shall be increased if the devices applied will cause a control transformer overload or secondary terminal voltage to drop to or below 95 percent of rated secondary control voltage when rated primary voltage is applied. One side of the transformer secondary shall be grounded. Each control transformer shall be mounted within the enclosure along with its associated circuit breaker and starter. 2.09 CONTROL CIRCUIT FUSING A. Two primary fuses, rated to intemipt 200,000 amperes at 600 volts shall be provided on the primary side of all motor starter control power transformers. B. Each control circuit transformer shall be provided with one control circuit secondary fuse. Secondary fuses shall be 1/4 -inch x 1 -1/4 inches. The secondary fuse shall have an interrupting rating of 10,000 amperes at 250V. C. The secondary fuse shall be sized at 125 percent of full load current. Fuses shall have time delay characteristics as required to prevent false tripping due to coil in -rush currents. D. Fuse holders shall be lamp indicating type, for blown fuse indication, and shall contain neon lamp, clear transparent knob, and require cable studs. PART 3 EXECUTION 3.01 CALIBRATION A. The Contractor shall size the overload relay heater elements to accommodate the actual full load amperes of the motor connected to the starter. B. The motor circuit protector shall be adjusted by the Contractor to the manufacturer's recommended setting based on the full load amperes of the connected motor. END OF SECTION 161 55.3 T/M18.94 SECTION 16175 MISCELLANEOUS ELECTRICAL DEVICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies miscellaneous electrical control and power devices, magnetic contactors, disconnect switches and overcurrent protection. 1.02 REFERENCES A. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference jjug ANSVNEMA ICS Industrial Controls and Systems NEMA KS-1 Enclosed Switches 1.03 UNDERWRITERS LABORATORIES INC. A. Unless otherwise specified, electrical equipment and material shall be listed and labeled for the purpose for which it is used by Underwriters Laboratories Inc. (UL). , 1.04 SUBMITTALS TO BE PROVIDED A. Provide the following in accordance with the provisions of Section 01300: 1. Manufacturer's catalog literature. PART 2 PRODUCTS 2.01 CONTROL DEVICES A. Pushbuttons: Pushbuttons shall be flush head, heavy -duty, NEMA 13, oiltight, rated 600V, 10 amperes continuous. The pushbuttons shall be red for stop functions and black for all other functions. The escutcheon legend shall be as specified on the Drawings. Unless otherwise specified, pushbuttons shall be momentary contact type. B. Selector switches: Selector switches shall be heavy -duty, oiltight, rated 600V, 10 amperes continuous. Unless otherwise specified, selector switches shall have maintained position contacts. Switches shall be provided with contact blocks and number of positions as required to perform the specified operations. The escutcheon legend shall be as specified on the Drawings. Selector switches requiring more than 3 contact blocks as standard industrial units shall be rotary switches, General Electric Type SB -VSBM, or approved equal. C. Indicating lights: AC indicating lights shall be the push -to -test transformer type with 6.3V lamps. They shall be NEMA 13, heavy -duty, oiltight. The escutcheon and lens color shall be as specified. DC indicating lights shaU be the full voltage type. DC lamps may be tested as a group using a common lamp test button. Unless otherwise specified, Indicating lights shall be equipped with colored lenses in accordance with the following schedule: 16175 -1 T/M18-94 Color Function Example Red Run, open valve Equipment operating, motor running Green Ready, closed valve Equipment ready, end of cycle Amber Automatic Equipment control in automatic position (yellow) D. Control stations: Unless otherwise specified, control stations indoors shall be NEMA 12. Control stations located outdoors shall be NEMA 3R or 4. The pushbuttons shall have protective Hypalon boots with Type 316 stainless steel retaining rings. Control stations located in hazardous areas shall be NEMA 7. When indicating lights are specified, control station shall be sized to accommodate the transformer type lights. The control stations shall be Allen- Bradley 8000T series, or approved equal. 2.02 RELAYS A. General purpose relays: Relays shall be 120V AC electrically held, machine tool type, with contacts rated 600V, 10 amperes continuous. 1. Control relays (CR): Control relays shall be provided with a minimum of 4 convertible normally open or normally closed contacts. A single relay coil shall operate up to 8 convertible contacts. Control relays shall be Allen - Bradley Bulletin 700, or approved equal. 2. Latching relays: Latching relays shall be held in the "closed" position after momentary energization of the closing coil (CC). Relays shall unlatch after momentary energization of the trip coil (TC). Latching relays shall be Allen- Bradley Bulletin 700, or approved equal. 2.03 MAGNETIC CONTACTORS A. Motor contactors: Motor contactors shall be designed for continuous operation of induction motors at 600V or less at 60 hertz and shall comply with NEMA ICS 2 -321. Unless otherwise specified, minimum contactor size shall be NEMA size 1. The contactor shall be supplied with a normally open auxiliary contact for use as a hold -in contact as a minimum. Additional contacts shall be provided as specified. The coif voltage, frequency and number of poles shall be as specified. 2.04 SAFETY DISCONNECT SWITCHES A. Safety disconnect switches shall be heavy -duty, safety type rated 600V AC complete with current limiting fuses sized to match switch ampere rating. Unless otherwise specified, indoor enclosures shall be NEMA 12; in outdoor areas shall be NEMA 3R. Switch enclosures located in classified areas shall be suitable for the specified classification. The operating handle shall be capable of being padlocked in the "off" position. The operator shall be a positive, quick -make, quick -break mechanism. Switch mechanisms shall be provided with one auxiliary contact that opens before the switch blades. This auxiliary contact shall be rated B150, per NEMA ICS, 2 -125. B. Switches shall be horsepower rated for motors and shall comply with NEMA KS-1. Switches shall be provided with defeatable door interlocks that prevent the door from opening when the operating handle is in the "on" position. Switches shall have line terminal shields. Switches shall be Westinghouse Type H -600; or approved equal. 2.05 OVERCURRENT PROTECTION - CIRCUIT BREAKERS A. Circuit breakers shall be thermal magnetic, molded case type with the ampere rating as specified. Unless otherwise specified, circuit breaker interrupting rating shall be 10,000 amperes symmetrical minimum for service at 240 volts and below and 22,000 amperes symmetrical minimum for service above 240 volts. 16175-2 T/M18.94 2.06 PRODUCT DATA A. The following information shall be provided: 1. Operating and maintenance Items 2 through 10 as specified in Section 01730. PART 3 EXECUTION Not used. END OF SECTION 16175 -3 T/M18 -94 1.03 SUBMITTALS TO BE PROVIDED A. Provide the following in accordance with Section 01300: 1. Manufacturer's product data. PART 2 PRODUCTS 2.01 CABLE A. Ground cable shall be annealed bare copper, concentric stranded as specified. if cable sizes are not specified, the minimum sizes shall be as follows: 480V MCC and switchboards 2/0 AWG Exposed metal 2 AWG 2.02 EXOTHERMIC CONNECTORS A. Exothermic connectors shall be as manufactured by Thermoweld, or approved equal. 2.03 BOLTED CONNECTORS A. Bolted connectors shall be Bumdy, or approved equal. 2.04 PRODUCT DATA A. The following shall be submitted: 1. Ground resistance plots. PART 3 EXECUTION 3.01 GENERAL A. Embedded and buried ground connections shall be made by exothermic connections. Conductors and molds shall be prepared in accordance with the manufacturer's instructions. Exposed ground connections to equipment shall be made by bolted clamps unless otherwise specified. No solder shall be used in any part of the ground circuits. 16450-1 T/M18-94 B. Ground conductors entering enclosures shall be bonded together, to the enclosure if it is metallic, and to metallic raceways within or terminating at the enclosure. Prior to making ground connections or bonds, the metal surface at the point of connection shall be cleaned. C. Compression -type lugs shall be used in accordance with manufacturer's recommendations. D. Grounding conductor shall not be used as a system neutral. E. Metallic sheaths or shields of shielded power cable shall be terminated by a copper grounding strip provided with cable connection for connection to the grounding system. F. Grounding system shall be provided in compliance with the NEC. 3.02 RACEWAY GROUND A. Metallic conduits shall be assembled to provide a continuous ground path. Conduits feeding Toads shall contain an insulated ground conductor sized in compliance with NEC. Metallic conduits shall be bonded using insulated grounding bushings. Grounding bushings shall be connected to the grounding system using conductors sized in compliance with NEC. All conduits shall contain an insulated ground conductor sized in compliance with the NEC. Cable trays shall have No. 2/0 AWG bare copper ground conductor run on the outside of each tray. Conductor shall be connected to each section or fitting using an approved ground clamp. 3.03 EQUIPMENT AND ENCLOSURE GROUNDS A. Electrical and distribution equipment shall be connected to the grounding system. Cables shall be sized as specified. B. Nonelectrical equipment with metallic enclosures shall be connected to the grounding system. 3.04 GROUNDING SYSTEM TESTS A. The Contractor shall test each grounding well to determine the ground resistance when the water table elevation is low. The grounding test shall be IEEE Standard 81. A plot of ground resistance readings for each isolated ground rod or ground mat shall be provided to the Construction Manager on 8 -1 /2 -x 11 -inch size graph paper. The current reference rod shall be driven at least 100 feet from the ground rod or grid under test. The measurements shall be made at 10 -foot intervals beginning 25 feet from the test electrode and ending 75 feet from it, in direct line between the ground rod or center of grid and the current reference electrode. B. A grounding system that shows greater than 2 ohm resistance for the flat portion of the plotted data shall be considered inadequately grounded. The Contractor shall add additional parallel connected ground rods and/or deeper driven rods until the ground resistance measurements meet the 2 ohm requirement. Ground rods required over that specified will be paid for as extra work. Use of salts, water or compounds to attain the specified ground resistance is not acceptable. END OF SECTION 16450.2 T /M18.94 SECTION 16470 POWER DISTRIBUTION PANELBOARDS PART 1 GENERAL 1.01 SUMMARY A. This Section specifies panelboards for power distribution. 1.02 REFERENCES A. This Section Incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Iftls NEMA ICS 6 -1988 Enclosures for Industrial Controls and Systems UL 67 Underwriters Laboratories, Electric Panelboards UL 489 Underwriters Laboratories, Circuit Breakers, Molded Case and Circuit Breaker Enclosures FEDSPEC WP -115 Panel Boards 1.03 UNDERWRITERS LABORATORIES INC. A. Unless otherwise specified, the complete panelboard assembly shall be listed and labeled for the purpose for which it is used by the Underwriters Laboratories Inc. (UL) or equivalent nationally recognized testing laboratory. 1.04 SUBMITTALS A. The following shall be submitted in accordance with Section 01300: 1. Manufacturer's product literature. 2. Schedules for each panelboard to be supplied. 3. Product literature on each component in the panelboards. PART 2 PRODUCTS 2.01 GENERAL A. Panelboards shall be circuit breaker, flush mounted, or as specified with bus bar construction. Panelboard boxes shall be of galvanized short steel construction, without knockouts. Panelboards, switchgear, motor control centers, power transformers and major intemal components shall be the product of a single manufacturer. 2.02 ARRANGEMENTS AND CONSTRUCTION' A. The front of the panel shall have concealed hinges and be of door -in -door construction. The locks shall be flush cylinder tumbler -type with spring loaded door pulls. The fronts shall not be removable with doors in the locked position. All panelboard locks shall be keyed alike. 16470 -1 T/M18 -94 B. Gutter space shall be provided on all sides of the breaker assembly to neatly connect and arrange incoming wiring. C. Panelboard shall be composed of individual mounted circuit breakers designed to be removable without disturbing other breakers. D. A directory holder with clear plastic plate and metal frame shall be mounted on the inside of the door. E. Surface mounted panelboards shall be provided with panelboard to floor skirts when specified in the panelboard schedule. 2.03 BUS A. Bus shall be tin - plated copper, sized in accordance with UL 67. Bus size shall be as shown on the Drawings. Bus and bracing shall be sized for the Interrupting rating of the smallest circuit breaker in the panel. B. Panelboards shall be provided with a separate ground bus and, where specified, with a full capacity neutral bus. 2.04 CIRCUIT BREAKERS A. Circuit breakers shall be molded -case type provided for the current ratings and pole configurations specified. Circuit breakers rated 120/208V and 120/240V attemating current shall have a minimum interruption current rating of 18,000 amperes (symmetrical) at 240V AC or as specified. Circuit breakers rated 277/480V alternating current shall have a minimum interrupting current rating of 25,000 amperes (symmetrical) at 480V AC or as specified. B. Circuit breakers shall be bolt -on type. C. Circuit breakers shall be UL- approved for the service specified. D. Load terminals of circuit breakers shall be solderless connectors. 2.05 FINISH ' A. Panelboard boxes shall be fabricated from hot -dip galvanized steel. Panelboard fronts, bottoms and sides shall have a gray, baked enamel finish. 2.06 PRODUCT DATA A. Provide the following information: 1. Manufacturer's certification that bus bracing is capable of withstanding the specified short circuit condition. 2. Operating and maintenance information Items 2 through 9 as specified in Section 01730. PART 3 EXECUTION 3.01 GENERAL A. The Contractor shall type in the circuit description on the circuit directory as shown on the Drawings or Panel Schedule. Electrical installation shall conform to the National Electrical Code (NFPA 70) and to the requirements specified herein. B. Equipment installation: The equipment shall be received, unloaded, stored as necessary, installed and connected as shown. Equipment shall be installed level and plumb and anchored on foundations in accordance with equipment manufacturers instructions and as indicated. The Contractor shall verity the factory- installed wiring, busing, metering, relaying and related equipment is properly connected, aligned, properly phased and identified. 16470 -2 T/M18 -94 a °C""'.KS? -... .; r... t.. ?'.3C;tr'14'k)'.•: �r:ri;.l roR:nxt+ 9y C. Anchor bolts: Anchor bolts embedded in concrete pad shall be not less than 4 for each equipment assembly, and shall anchor the sills to the slab, where sills are specified, and attach to the equipment frame of the unit. D. Installation: Panelboards shall be installed and connected and rigidly fastened to the building structure using steel angles or channels and anchor bolts. E. Seismic attachments: Earthquake resistant attachments and supports for equipment shall be provided and shall include anchor bolts, equipment assembly bolts and fastenings which are adequate to resist a horizontal force of 50% of the equipment weight applied at the center of gravity without displacing the equipment or its fastenings. 3.02 FIELD TESTS A. Equipment and apparatus tests: Additional tests other than those normally made by the manufacturer must be specified. Tests normally made by the manufacturer shall otherwise be considered acceptable for all equipment and apparatus, and the Contractor shall authorize shipment upon receipt of satisfactory evidence of such tests. B. Operating test: After the installation has been completed, the Contractor shall perform an operating test. All control equipment and electrical systems and equipment shall be operated and demonstrated to operate in accordance with the requirements of this Section. Tests of control equipment and each device subject to manual operation shall include at least 5 operating cycles. Any deficiencies found shall be rectified and work affected by such deficiencies shall be completely retested at Contractor's expense. END OF SECTION 16470 -3 T/M18 -94 SECTION 16640 CATHODIC PROTECTION SYSTEM PART 1 GENERAL 16640-1 T/M18 -94 PERCENT BY WEIGHT Dement Aluminum Zinc Manganese Copper Silicon Iron Nickel Others Magnesium MG -MN Alloy 0.010 Max. 0.50 - 1.03 0.02 Max. 0.03 Max. 0.001 Max. 0.05 each or 0.30 Max. Balance B. Connecting wire: Wire shall be No. 10 AWG solid copper wire, length as shown, unspliced, complying with NFPA 70, Type RHH insulation. Connecting wires for magnesium anodes shall be factory installed with the place of emergence from the anode in a cavity sealed flush with a dielectric sealing compound. C. Artificial bacidill: 1. Anodes shall be factory packaged with an artificial backfif in a water permeable fabric sack or cardboard container. Anodes shall be packaged on a vibrating platform to attain dense packing, and centering shall be assured by means of spacers. 2. Artificial backfill shall have the following composition: Material Aoroximatg Percent by Weight Gypsum 75 Bentonite 20 Sodium Sulfate 5 Total 100 2.02 MISCELLANEOUS MATERIALS A. Electrical wire: Wire shall be No. 10 AWG stranded copper wire with NFPA 70, Type XHHW insulation. B. Conduit: Schedule 40 PVC. C. Junctions box: Box shall be fiberglass and rated for outdoors. D. Joint, patch, seal, and repair coating 1. Sealing and dielectric compound shall be a black, rubber based compound that is soft, permanently pliable, tacky, moldable, and unbacked. Compound shall be applied as recommended by the manufacturer, but not less than 1/2 -inch thick. 2. Coating compound shall be an approved pipeline wrapping. E. Reference cell: Reference cell shall be zinc and suitable for underground use. PART 3 EXECUTION 3.01 INSTALLATION A. Unless otherwise Indicated, all equipment shall be installed in accordance with the manufacturer's recommendations. 16640 -2 T/M18 -94 B. Anode installation 1. Anodes shall be installed in a dry condition after any plastic or waterproof protective covering has been completely removed from the water permeable, permanent container housing the anode metal. The anode connecting wire shall not be used for lowering the anode into the hole. The annular space around the anode shall be backfilled with tine earth in 6 -inch layers and each layer shall be hand tamped. Care must be exercised not to strike the anode or connecting wire with the tamper. If not installed in saturated soil conditions, approximately 5 gallons of water shall be applied to each filled hole after anode backfilling and tamping has been completed to a point about 6 inches above the anode. After the water has been absorbed by the earth, backfilling shall be completed to the ground surface level. 2. Connections to metal sumps shall be made by exothermic weld methods manufactured for the type of sump. 3. Electric arc welded connections and other types of welded connections to ferrous pipe and structures shall be approved before use. 3.02 CRITERIA OF PROTECTION A. Criteria for determining the adequacy of protection on the buried sumps shall be in accordance with NACE RP -01 -69 and shall be selected by the corrosion engineer as applicable. 3.03 TESTS AND MEASUREMENTS A. Baseline potentials: After backfill of the sumps and anodes is complete, but before the anodes are connected, the static potential -to -soil of the tank shall be measured. The locations of these measurements shall be identical to the locations specified for tank -to- reference electrode potential measurements. The initial measurements shall be recorded. B. Insulation testing: Before the anode system is connected to the tank, an insulation test shall be made at each insulating joint or fitting. This test shall demonstrate that no metallic contact, or short circuit exists between the two insulated sections of the system. Any insulating fittings installed and found to be defective shall be reported to the Engineer and repaired by the Contractor at no additional cost to KCDMS. C. Anode output: As the anodes or groups of anodes are connected to the sumps, current output shall be measured. The values obtained and the date, time, and location shall be recorded. D. Tank -to- reference electrode potential measurements: Upon completion of the installation and with the entire cathodic protection system in operation, electrode potential measurements shall be made using the permanent zinc reference and a potentiometer - voltmeter, or a direct current voltmeter having an internal resistance (sensitivity) of not less than 100,000 ohms per volt and a full scale of 1 or 2 volts. The locations of these measurements shall be identical to the locations used for the baseline potentials. The values obtained and the date, time, and locations of measurements shall be recorded. E. Recording measurements: All tank -to -soil potential measurements including initial potentials where required shall be recorded. The Contractor shalt locate, correct and report to the Engineer any short circuits to foreign pipes or tanks encountered during checkout of the installed cathodic protection system. Tank -to -soil potential measurements are required on as many tanks as necessary to determine the extent of protection or to locate short- circuits. 3.04 ELECTRICAL ISOLATION STRUCTURES A. Electrical isolation of the steel sumps is essential for the cathodic protection systems to =tic at a maximum efficiency. Sumps shall not come in contact with any metal structure. Of particular concem is the rebar cage to be installed for the floors. Prior to pouring concrete, verification of isolation shall be completed by the Contractor's corrosion engineer. END OF SECTION 16640 -3 T/M18 -94 PART D ADDENDA Permit Set City of Tukwila Volume 2 of 2 Transit Facility Improvements South Base Contract T f M 1 ' — Q4 "I rl I.I ttAV'Ai�f ■ 11 fl ^ iI, Part C— Contract Drawings SEPARATE P90RT REQUIRED FOR ELECTRICM- o o MECHANCAL ❑PLUMBING ❑GAS MUG OBY OF TUKWILA BUILDING OPASION REVISIONS ND CHAMBER SHALL BE MADE TO TIE SCOPE OF WM( WITHOUT PRIOR APFfI9ML OF 7LKWAA BUILDING DIVISION. OO�c OE NISSAM 11111011 FEMME A YEW FAN SUBMITTAL NO MA MIOLEE SZONION4 MAN RESEW MESS q1Y OF mANT,tA r3riJ1`c9 NOV 1 1994 AS IeViFJ BUILDS, DCJ "c:CN August 1994 KCM, Inc. and Associated Firms King County Dept. of Metropolitan Services 4r mET_RO (lean 144:der -A Sound Investment. OF TIJIO aTM OF NI(WIIA AUG 3 0 1994 maim CBfl IWSpINf�Vixgp;9410g INMWlWFII;n FMt@x .y�. . �,w 1,17,At rr 5 NOTE: DRAWINGS THAT ARE NOT APPLICABLE TO THE CITY OF ,TUKWILA, SOUTH BASE, ARE CROSSED OUT IN THE DRAWING INDEX AND ARE NOT INCLUDED IN THIS PERMIT SET. CITY OF TUKWILA PERMIT SET DRAWING INDEX SHT. NO. DWG. NO. DRAWING TITLE LLEVUE • O GENERAL 2 3 4 5, 6 7' 8' 9 TYPICAL • RENTON TU' ILA 10 12 13 14 15 16 001 VICINITY MAP & DRAWING INDEX 002 SOUTH BASE LOCATION MAP & SITE PLAN G05 G06 G07 G08 G09 DETAILS 0001 0002 0003 TD04 TD05 TD06 0007 ARCHITECTURAL! ABBREVIATIONS AND LEGEND STRUCTURAL GENERAL NOTES STRUCTURAL ABBREVIATIONS & LEGEND MECHANICAL. ABBREVIATIONS, LEGEND & GENERAL NOTES ELECTRICAL ABBREVIATIONS AND LEGEND ARCHITECTURAL DOOR SCHEDULE & DETAILS ARCHITECTURAL DETAILS ARCHNECTURAL DETAILS STRUCTURAL DETAILS STRUCTURAL DETAILS MECHANICAL VEHICLE EXHAUST DETAILS AECFIA9ICAL VEHICLE EXHAUST DETAILS W DES MOINE VEHICLE EXHAUST SOUTH BASE 17 ' A101 PROOF PLAN ALGONA PACIFIC • PIERCE CO. VICINITY MAP 0 1 MILES TYPICAL SECTION AND DETAIL NUMBERING SYSTEM (1) THE SECTION IS CUT ON DRAWING M303 SECTION NUMBER 18 19 20 M101 8102 M103 PARTIAL FLOOR PLAN PARTIAL FLOOR PLAN ROOF PLAN & SCHEDULES. 21 E101 ONE -LINE DIAGRAM & SCHEDULES 22. E102 POWER PLAN 0E001 RION & CONSTRUCTION 23 24 25 26 a -� A201 M201 M202 M203 BASE F PLAN PARTIAL PARTIAL RO N & SCHED SHT. NO. DWG. NO. DRAWING TITLE HYDRAULIC LIFT REPLACEMENT TYPICAL DETAILS 42 51 WHEEL BASE LIFT - TYPICAL STRUCTURAL DETAILS 43 52 WHEEL BASE LIFT - TYPICAL STRUCTURAL DETAILS 44 S3 PLATFORM LIFT - TYPICAL STRUCTURAL DETAILS 45 54 PLATFORM LIFT - TYPICAL STRUCTURAL DETAILS 46 01 WHEEL BASE LIFT - TYPICAL MECHANICAL DETAILS 47 M2 WHEEL BASE LIFT - TYPICAL MECHANICAL DETAILS 48 M3 PLATFORM LIFT - TYPICAL MECHANICAL DETAILS 49 444 PLATFORM LIFT - TYPICAL MECHANICAL DETAILS 50 445 TYPICAL MECHANICAL DETAILS 51 M6 TYPICAL MECHANICAL DE1 AIL5 27 E201 ONE -LINE DIAGRAM & SCHEDULES 28 POWER PLAN DEMOLITION & CONSTRUCT' SOUTH BASE 52 D111 53 D112 4 D113 55 D114 56 D115 57 D116 58 0117 59 D118 60 D119 61 0111 62 S111 63 5112 64 0111 65 M112 66 M113 67 6114 60 0111 69 E112 T BASE 70 D211 71 D212 72 D213 73 D214 74 D215 29 30 31 32 33 34 6301 8301 M302 M303 E301 E302 TIC BASE 000 PLAN PART, •OR PLA PARTIAL'! FLOC. ROOF Sc E =LINE DIAGRAM & SCHED POWER 'PLAN DEMOLRION.& CONST 75 G211 76 5211 77 5212 78 M211 79 M212 80 M213 81 44214 DEMOLITION - FOUNDATION PLAN DEMOLITION - GROUND FLOOR PLAN DEMOLITION - GROUND FLOOR DETAILS DEMOLITION - HYDRAULIC LIFT DETAILS DEMOLITION - HYDRAULIC LIFT DETAILS DEMOLITION - VENTILATION, PIPING AND PLUMBING PLAN DEMOLI DON - VENTILATION AND PIPING PLAN DEMOLITION - PIPING DETAILS DEMOLITION - PIPING DETAILS KEY PLAN PARTIAL PLAN PARTIAL PLAN AND DETAILS PARTIAL PLANS PARTIAL PLANS PARTIAL PLANS SECTIONS AND DETAILS ONE -LINE DIAGRAMS POWER PLAN CONSTRUCTION DEMOLITION - GROUND FLOOR PLAN DEMOLITION - GROUND FLOOR SLAB DEL OLITION - HYDRAULIC LIFT DETAILS DE TION - HYDRAULIC LIFT NT DEMOLI . - PLUMBING AND CESS PIPING KEY PLAN PARTIAL PLAN PARTIAL PLAN PARTIAL P ELECTRONIC SHOP SOUTH BASE DRAWING ON WHICH SECTION APPEARS (2) ON DRAWING. 44307. THIS SECTION IS IDENTIFIED 82 E2 83 35 A121 DEMOLITION & PARTIAL PLANS 36 A122 INTERIOR ELEVATIONS & DETAILS 37 A123 STORAGE SHED MODIFICATIONS 38 44121 PARTIAL PLANS & DETAILS 39 E121 POWER, LIGHTING PLANS & DETAILS AR'T- PLANS IAL PLANS 00111000 AND DETAILS ONE -LINE DIAGRAMS POWER PLAN CONSTRUCTION LANTIC BASE 84 031 85 0312 86 D313 87 D314 88 D315 89 0316 90 D317 91 D318 92 G311 DEMOLITION - FOUNDATION PLAN DEMOLITION - GROUND FLOOR PLAN DEMOLITION - GROUND FLOOR SLAB DETAIL EMOLITION - HYDRAULIC LIFT DETAILS D' •LI DON - VENTILATION, PIPING A P 4�. ION - VENTILATION, PIPIN D • - VENTILATION, PIP VENTILATION, 'I DE DEMOLI DEMOLITION LAMBING PLAN PLUMBING PLAN AND PLUMBING PLAN NG AND PLUMBING PLAN KEY PLAN SECTION SCALE: SECTION NUMBER ER. LIGHTING PLANS & DETA 93 5311 94 5312 95 5313 PARTIAL PLAN AN PARTIAL PLANS PARTIAL P AND DETAILS DRAWING ON WHICH SECTION WAS TAKEN (3) DETAILS ARE CROSS-REF ERENCED IN A SIMILAR MANNER, EXCEPT THAT DETAILS ARE IDENTIFIED BY LETTER RATHER THAN BY NUMBER. �°po3o CITY OF TUKWILA APPROVED NOV 1 6 1994 AS 00100 BUILDING DIVISION 96 M311 97 M312 98 M313 99 M314 PART 1 'TANS PA"L PLANS IAL PLANS ECTIONS AND DETAILS DESIGNED. MSL 1 REVISION KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 RECEIVED CITY OP TUKWILA AUG 3 0 1994 PERMIT CENTER DRAWN. CHECKED: STS WGG' RECOMMENDED: APPROVED: • I14(90 awgs 1111,1 . uII E 'd� sc pN zNm SCALE: AS NOTED 100 0311 101 E31 ONE -LINE DIAGRAMS POWER PLAN CONSTRUCTION 102 11 PLATFORM LIFT - CATHODIC PROTECTION DETAILS P4 M E T R ® King County Dept. of Metropolitan Services TRANSIT FACILITY IMPROVEMENTS GENERAL PI CONTRACT NO T/M18 -94 • l 1fi Wkig VICINITY MAP & DRAWING INDEX AUGUST 1994 j ;'�'.... FILE No: 084080 N0: GO1 SHEET N0: OFIO5 \ S. I16th ST. i it 11 ■■ o an Rim e ®n�'_le1 IOWA& LAKE WASHINGTON 7th 5T PROJECT LOCATION 12100 EAST MARGINAL WAY S. luvimpanwirxrig CONTRACTOR'S TRAILER LOCATION S. 119th ST. ENTON SOUTH BASE MAINTENANCE BUILDING LOCATION MAP 1/2 1 MILES OPERATIONS BUILDING CONTRACTOR'S. ENTRANCE LEGAL DESCRIPTION CONTRACTOR'S STAGING AREA PORTIONS OF THE WEST HALF' OF SECTION 10. TOWNSHIP 23 00976 'RANGE. 4 EAST, W. M.', DESCRIBED AS FOLLOWS: LOTS 22 23, 24 AND THAT PORTION OF LOT 25 OF. BENNETT'S INTERURBAN TRACTS UNRECORDED LYING NORTH OF A LINE 50 FEET SOUTH. OF THE NORTH' LINE OF GOVERNMENTS LOT 15 OF SAID SECTION 10, AND LOTS 17 18, 19, 20, 21, '22, AND THE RIVERSIDE STONE QUARRY', OF RIVERSIDE INTERURBAN TRACTS AS ,RECORDED IN VOLUME 10 OF PLATS ON PAGE 74, RECORDS OF .KING COUNTY AND RIVER STREET AS VACATED BY SUPERIOR COURT CAUSE NO 663488,; ALL LYING SOUTHWESTERLY OF PRIMARY STATE HIGHWAY NO 1, FOSTER INTERCHANGE TO SOUTH '.118TH STREET, AS ESTABLISHED BY WARRANTY DEED, KING COUNTY AUDITORS FILE NO 5884778, AND SUPERIOR COURT CAUSE NO. 646846 AND NORTHEASTERLY' OF EAST MARGINAL WAY SOUTH AS ESTABLISHED BY SUPERIOR COURT CAUSE. 646697, 646846 AND 646939 AND THAT PORTION. DEEDED. TO KING COUNTY BY QUIT CLAIM ',DEED AS RECORDED: UNDER '. AUDITOR'S FILE NO 1004994, AND WARRANTY DEED Na 7412090465.': FUEL & WASH BOIL ^ING COACH PARKING S. 124th ST. LEGEND SITE PLAN 200 400 AREA OF WORK CITY OF TUNN/ILA APPROVED NOV 161994 AS NOTED BUILDING DIVISION DESIGNED: MSL cmKCM, Inc. 1917 First Avenue Seattle, Washington 98101 pE CIN OF TUNVIO WIIA AUG 30 1994 PERMIT CENTER. REVISION APPROVED: 111 E T R 0 King County Dept. of Metropolitan Services SCALE: AS NOTED C0NIR ACT N0'. T/1418 -94 7 0770 rrm ■ V P'rrivat =unr{ TRANSIT FACILITY IMPROVEMENTS GENERAL SOUTH BASE LOCATION MAP & SITE PLAN. v DATE'. AUGUST 199 FILE N0: DRAWING N0: ABBREVIATIONS • A/C AB ABBR ACC" ACST AD ADJ AFF AGG AHU AL ALM ALT ANOD ANSI APPROX ARCH AS ASSY AUX AVE AVG BLDG BLK BLR BLVD BM BRG BRK BTU BUR C/C CB CD CEM CHR CI CIP CL CLK CLR CLSR CMU CND CO COL CON CONC CONST CONT CONTR CORR CTR CTR CUH CW CYL DBL DCA DEPT DG DIA DIAG DKWR DN DSGN DWG AIR CONDITIONING ANCHOR BOLT ABBREVIATE(D) AREA CONTROL CENTER ACOUSTIC(AL) ADDENDUM ADJUSTABLE ABOVE FINISHED FLOOR AGGREGATE. AIR HANDLING UNIT ALUMINUM ALARM ALTERNATIVE ANODIZED AMERICAN NATIONAL STANDARDS INSTITUTE APPROXIMATE ARCHITECT(URAL) AIR SUPPLY ASSEMBLY AUXILLARY AVENUE li %AVERAGE BUILDING., BLOCK BOILER BOULEVARD. BEAM BEARING. BRICK BRITISH THERMAL UNIT BUILT UP ROOF CENTER TO CENTER CATCH. BASIN CEILING DIFFUSER. CEMENT CHILLER CAST IRON CAST IN PLACE CONCRETE CENTERLINE CLOCK CLEAR CLOSER CONCRETE MASONRY UNIT CONDUIT ' CLEANOUT COLUMN CONVEYER CONCRETE CONSTRUCT(ION)(ED) CONTINUE(D) CONTRACT(OR) CORRUGATED CENTER COUNTER CABINET UNIT HEATER COLD WATER CYLINDER DOUBLE DRILLED IN CONCRETE ANCHOR DEPARTMENT DOOR GRILLE DIAMETER DIAGRAM HARDWARE DOWN DESIGN DRAWING E EA EE EJ EL ELEC EMBD EMER ENCL ENG ENGR ENTR EQ EQUIP EQUIV ES EST EX EXH EXP EXIST EXT F/F FAB FAI FB FDN FDR FE FH FHY FIG FIN FIX FLEX FLT FLUOR FNSH FOM FPRF FR FREQ FTNG FURN FUT GA GALV GEN GI GL GND GR CRT GSKT GWB H/C H/V HD HDR HI HM HORIZ HT HTR HV HVAC HW EAST EACH ENGINE EXHAUST EXPANSION JOINT ELEVATION ELECTRICAL EMBEDDED EMERGENCY ENCLOSURE ENGINE ENGINEER ENTER, ENTRANCE EQUAL EQUIPMENT EQUIVALENT EXISTING SURFACE ESTIMATED EXTRA EXHAUST EXPANSION EXISTING EXTERIOR FACE TO FACE FABRICATE(D)(TION) FRESH AIR INTAKE FLAT BAR FOUNDATION FIRE DOOR FIRE EXTINGUISHER FIRE HOSE FIRE HYDRANT FIGURE FINISHED FIXTURE FLEXIBLE FILTER FLUORESCENT FINISH FACE OF MASONRY FIREPROOF FIRE RATING FREQUENCY FITTING FURNISHED FUTURE GAUGE GALVANIZED GENERAL GALVANIZED IRON GLASS GROUND GRADE GROUT GASKET GYPSUM WALL BOARD HOLLOW CORE HEATING & VENTILATING HEAVY DUTY HEADER HIGH HOLLOW METAL HORIZONTAL HEIGHT HEATER HIGH VOLTAGE HEATING, VENTILATING & AIR CONDITIONING HOT WATER HYD HYDT ID IF IG —T ILLUM IN INCL INFO INSTL INSUL INT INV JCT JST JT K —PL KO LAB LAM LAT LAV LG LIM LIQ LNG LOC LT LTG LUB LVL M/L MACH MAG MAINT MAN MATL MAX MB MECH MED METRO MEZZ MFR MGMT MIN MISC MOD MTL MTR N N/A NG NOM NTS OC OA OPNG OPP ORIG P/C P/S PERM PEI PH PLAS PLYWD HYDRAULIC HYDRANT.'' INSIDE DIAMETER INSIDE FACE INSULATED GLASS TEMPERED ILLUMINATE INCH INCLUDE(S)(ED)(ING) INFORMATION INSTALL INSULATE(D)(TION)(ING). INTERIOR INVERT JUNCTION JOIST JOINT KICK PLATE KNOCK OUT LABORATORY LAMINATED LATITUDE, LATERAL LAVATORY. LENGTH LIMIT LIQUID LIQUID NATURAL GAS LOCATION LIGHT LIGHTING LUBRICATE LEVEL MATCH LINE MACHINE MAGNETIC MAINTENANCE MANUAL MATERIAL MAXIMUM MACHINE BOLT MECHANICAL MEDIUM MUNICIPALITY OF METROPOLITAN SEATTLE MEZZANINE MANUFACTURED MANAGEMENT MINIMUM MISCELLANEOUS MODEL METAL MOTOR NORTH NOT APPLICABLE NATURAL GAS NOMINAL NOT TO SCALE ON CENTER OVERALL OPENING OPPOSITE ORIGINAL PRECAST CONCRETE PRE— STRESSED PERMANENT PROVIDE, FURNISH & INSTALL PHASE PLASTIC PLYWOOD PH PLAS PLYWD PNL P —P PP PR PRI PT PWR QTY R R/C REBAR REC RECD RED REF REGEN REM REPL REQ READ RESIL RESTL RET REV RM RO RT RUB RV SAF SAMP SC SCH SCHEM SECT SEP SEQ SERV SHT SIM SK SPC SPL SS ST STA STL STRUC SUSP SYM SYS TAN TE TEMP TG TGL THD THERM THRESH TMR TYP OF UG VAR VEST PHASE PLASTIC PLYWOOD PANEL PUSH PULL POWER PANEL PAIR PRIMARY PRESSURE TREATED POWER QUANTITY RADIUS REINFORCED CONCRETE REINFORCING BAR RECEIVE RECEIVED REDUCED REFERENCE REGENERATE REMOVE(ABLE) REPLACE(ED) REQUIRE(ING) REQUIRED RESILIENT REINFORCING STEEL RETAIN(ING) REVERSE ROOM ROUGH OPENING RIGHT RUBBER RELIEF VALVE SAFETY SAMPLE SOLID CORE SCHEDULE SCHEMATIC SECTION SEPARATE(OR)(ED)(I NG) SEQUENCE SERVICE SHEET SIMILAR SKETCH SPACE SPLICE STAINLESS STEEL WATERTIGHT STATION STEEL STRUCTURAL SUSPEND(ED) SYMMETRICAL SYSTEM TANGENT TOTALLY ENCLOSED TEMPERATURE TEMPERED GLASS TOGGLE THREAD(ED) THERMOMETER THRESHOLD TIMER TYPICAL UNDER FLOOR U E714 V ✓� 1/ VARIABLE VESTIBULE GROUND VOL VOLUME VP VAPOR —PROOF VTF VAPOR —TIGHT FIXTURE W/ WITH W/0 WITHOUT WF WIDE FLANGE WG WASTE GAS WP WEATHERPROOF W —S WEATHER STRIPPING WRG WIRE GLASS WSTP WATERSTOP WTR WATER LEGEND x No, K Cif1KCM, 1917 Inc. First Avenue Seattle, Washington 98101 Streeter /Dermanis & Associates Architects, AIA Seattle, WA DESIGNED: IJ DRAWN: CHECKED: AM PD RECOMMENDED: CITY OF TUKWILA APPROVED NOV 1 6 1904 NORTH ARROW INDICATES NEW WORK INDICATES DEMOLITION DOOR NUMBER CMU WALL CONCRETE RIGID INSULATION SUPPLY AIR EXHAUST AIR CI000518TU05 TY OF KWILA AUG 3 0 1994 PERMIT CENTER AS NOTLO RECESSED CAN LIGHT BUILDING DIVISION Ala 117 E T A O King County Dept. of Metropolitan Services SCALE: NO SCALE APPROVED: REVISION BY DATE CONTRACT NO 0/918 -94 TRANSIT FACILITY IMPROVEMENTS GENERAL DATE: ARCHITECTURAL ABBREVIATIONS AND LEGEND AUGUST 1994 FILE NO: � �I DRAWING NO 005 SHEET N0: 0F1nZ • A. STRUCTURAL - GENERAL Al SCOPE THE NOTES AND DETAILS ON THIS SHEET ARE GENERAL AND APPLY TO THE ENTIRE PROJECT, EXCEPT WHERE THERE ARE SPECIFIC. INDICATIONS' TO THE CONTRARY. A2 APPLICABLE SPECIFICATIONS AND CODES CONSTRUCTION .SHALL BE IN ACCORDANCE WITH THE 1991 EDITION OF THE UNIFORM BUILDING. CODE, "AS. AMENDED BY THE CITIES OF TUKWILA, BELLEVUE OR SEATTLE AS APPROPRIATE: THE ABOVE SHALL GOVERN EXCEPT WHERE OTHER APPLICABLE CODES 01 THT CONTRACT DOCUMENTS ARE MORE RESTRICTIVE. A3 ALTERNATIVE DESIGNS THE STRUCTURAL SYSTEMS AND DETAILS ON THESE DRAWINGS ARE THE PREFERRED DESIGN; HOWEVER, ALTERNATIVE SYSTEMS AND DETAILS MAY BE USED IF THE CONTRACTOR SUBMITS PLANS WITH SUBSTANTIATING CALCULATIONS AND TEST DATA AND BEARING A WASHINGTON STATE LICENSED STRUCTURAL ENGINEERS SEAL AND SIGNATURES FOR PERMIT. A4 DIMENSIONS STRUCTURAL DIMENSIONS CONTROLLED BY OR RELATED TO MECHANICAL AND ELECTRICAL EQUIPMENT SHALL BE VERIFIED BY THE CONTRACTOR PRIOR TO CONSTRUCTION A5 PROVISIONS FOR EQUIPMENT MECHANICAL. AND ELECTRICAL EQUIPMENT SUPPORTS, ANCHORAGES. OPENINGS. PIPE SLEEVES, RECESSES AND REVEALS NOT SHOWN ON THE STRUCTURAL DRAWINGS, BUT REQUIRED BY OTHER CONTRACT DRAWINGS SHALL BE PROVIDED FOR, PRIOR TO CASTING. CONCRETE. A6 CONSTRUCTION LOADS STRUCTURES HAVE. BEEN DESIGNED FOR OPERATIONAL LOADS ON THE .COMPLETED STRUCTURES; DURING CONSTRUCTION, THE STRUCTURES SHALL BE PROTECTED BY BRACING AND SUPPORTING WHEREVER EXCESSIVE CONSTRUCTION LOADS MAY OCCUR. SEE SHORING NOTES J. THIS SHEET.'. GEOTECHNICAL RECOMMENDATIONS A1 REFER TO FOUNDATION EXPLORATION FINAL REPORTS, PREPARED BY CONVERSE 'DAVIS DIXON ASSOC.,. INC, FOR GENERAL '. SOILS RECOMMENDATIONS AND BORING LOGS. ''..THERE IS A SEPARATE REPORT FOR EACH. BASE, DATED AS FOLLOWS:. (1) SOUTH BASE' AUGUST 5, 1976. 2 EAST BASE OCTOBER 13. 1975 3 ATLANTIC (CENTRAL) BASE: NOVEMBER, 11, 1977. B. REFER TO LETTER REPORT BY SHANNON & WILSON, DATED JULY 1994, FOR SOILS. RECOMMENDATIONS. RELEVANT TO ATLANTIC BASE HYDRAULIC LIFT REPLACEMENT. AB DRAINAGE SURFACES SLOPE DRAINAGE SURFACES UNIFORMLY TO DRAIN SLOPE SHALL BE 1/4" PER FOOT EXCEPT WHERE NOTED OTHERWISE ON THE DRAWINGS. A9 FLOOR DRAINS SEE MECHANICAL 'DRAWINGS FOR LOCATION AND SIZES. 8. STRUCTURAL DESIGN Bi DESIGN CODE DESIGN IS IN ACCORDANCE WITH THE UNIFORM BUILDING CODE EXCEPT WHERE OTHER APPLICABLE :CODES OR THE FOLLOWING NOTES ARE MORE RESTRICTIVE. B2 DESIGN ALLOWABLE PRESSURE FOR FOUNDATIONS A .SOUTH BASE: - (1) PIERS. OR FOOTINGS ON FIRM ROCK' (2) (3) PO R OFON OTNIANTGIVSE ', OMT'FERATURED ROCK. B. ". EAST BASE FOOTINGS: C. ATLANTIC BASE PILING: (1) 16'0 AUGERCAST PILING 50 -60 TONS 83. DESIGN LIVE. LOADS A, SLABS ON GRADE - H -20 HIGHWAY OR 175 PSF B. '. GRATINGS -. SAME AS ADJACENT FLOOR, UNLESS NOTED OTHERWISE (MINIMUM 150 PSF) 010 STANDARD HOOKS C. STORAGE AT SOUTH BASE VESTIBULE ROOF - -125 PSF D. HYDRAULIC LIFT - (1) VICAL INCL IM PAC T - 50 IPS (2)HORIERTZONTAL INCLUDE UDE IMPACT -8 K KIPS C3 ' DESIGN STRENGTH A. (1) CAST -IN -PLACE CONCRETE : f'c = 4,000 PSI ® 28 DAYS (2) CONTROL DENSITY FILL : f'c = 1,000 PSI 9 28 DAYS B. REINFORCING STEEL REINFORCING STEEL SHALL BE IN ACCORDANCE WITH ASTM A615 WITH SUPPLEMENT 51, GRADE 60. WELDED WIRE FABRIC SHALL BE IN ACCORDANCE WITH ASTM A 185 SMOOTH WIRE fy = 60 KSI "MINIMUM. C4 CONCRETE COVER CONCRETE COVER FOR REINFORCING BARS SHALL BE AS FOLLOWS: A. FOOTINGS AND FOUNDATION MATS CAST ON GROUND - 3" - B. FORMED OR FINISHED SURFACES TO BE IN CONTACT WITH GROUND. WEATHER,' OR WATER. (1) AT BARS GREATER THAN N0. 5 - 2" (2) AT BARS N0. 5 OR SMALLER -. 1 1/2" C. FORMED OR FINISHES SURFACES NOT TO BE EXPOSED TO GROUND OR WEATHER. (1) BEAMS AND COLUMNS - 1 1/2" (2) SLABS AND WALLS - 1" C5 MINIMUM REINFORCEMENT CONCRETE CONSTRUCTION SHALL BE. REINFORCED CONCRETE EXCEPT WHERE PLAIN. CONCRETE IS CALLED OUT ON THE DRAWINGS, IN' WHICH CASE NO REINFORCEMENT . SHALL BE. USED. CONCRETE THAT. IS NOT DESIGNATED AS PLAIN CONCRETE AND HAS NO REINFORCEMENT INDICATED SHALL BE REINFORCED PER ACI 318 AND THE FOLLOWING SCHEDULES: WALL THICKNESS SIZE SPACING, E 6" NO 4 12" 8' NO. 4 10" 12" OR GREATER N0. 4 13" MASS CONCRETE SHALL BE REINFORCED WITH NO 5 8 15" E FACES C6 SHRINKAGE AND TEMPERATURE STEEL UNLESS OTHERWISE NOTED, SHRINKAGE AND TEMPERATURE .REINFORCING STEEL SHALL BE PROVIDED FOR SLABS IN ACCORDANCE WITH THE FOLLOWING SCHEDULES: POSITION 00 OC EF MINIMUM IN ALL • • 0 A C16 CONCRETE ANCHORS CONCRETE ANCHORS SHALL BE DRILLED IN STAINLESS STEEL EXPANSION OR EPDXY ANCHORS. ALLOWABLE WORKING LOADS SLAB THICKNESS 6.. 8., 12" 01 EXPANSION ANCHORS DIA MIN EMBED MIN SPACING TENSION SHEAR (IN) (IN) (IN) (LBS) (LOS) 3/8 1 3/4 4 1/2 620 440 1/2 2 1/4 6 780 630 5/8 2 3/4 7 1/2 1170 3680 3/4 3 3/8 9 1530 1210 1 4 1/2 12 NA NA FPDXY ANCHORS DIA MIN EMBED MIN SPACING TENSION SHEAR (IN) (IN) (IN) (LBS) (LBS) 3/8 3 1/2 4 1/2 620 440 1/2 4 1/2 6 780 630 5/8 5 1/2 7 1/2 1170 3680 3/4 6 1/2 9 1530 1210 1 9 12 NA NA VALUES. ARE FOR 4000 PSI NORMAL WEIGHT CONCRETE. VALUES ARE 80 PERCENT OF 1680 VALUES. EXPANSION ANCHOR VALUES ARE FOR WORK WITHOUT INSPECTION. EPDXY ANCHOR VALUES ARE FOR WORK WITH SPECIAL INSPECTION. VALUES, SHALL NOT BE INCREASED FOR SHORT DURATION LOADS. INSTALL ANCHORS IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS UNLESS NOTED OTHERWISE. MODIFICATION OF EXISTING CONCRETE GENERAL THE FOLLOWING NOTES ON MODIFICATION OF EXISTING CONCRETE ARE GENERAL AND APPLY TO THE ENTIRE PROJECT, UNLESS OTHERWISE SPECIFIED. D2 SURFACES A, EXISTING CONCRETE SURFACES TO BE JOINED WITH NEW CONCRETE SHALL BE THOROUGHLY. CLEANED AND ROUGHENED BY SAND BLASTING OR BUSH HAMMERING. SIZE SPACING B. SURFACES EXPOSED TO VIEW SHALL BE NEATLY SAW CUT TO A DEPTH OF 2 INCHES PRIOR TO REMOVING THE EXISTING CONCRETE. HIDDEN SURFACES SHALL RECEIVE A TOOLED JOINT BETWEEN NEW AND EXISTING CONCRETE. N0. 3 NO. 4 NO. 5 NO. 4 11" 13" 16" 13 "T &B C7 DOWELS DOWELS SHALL BE AT LEAST THE SAME SIZE AND SPACING AS BARS WITH WHICH THEY ARE LAPPED. THE LAP EMBEDMENT SHALL BE AS RECOMMENDED BY ACI 318 OR AS NOTED. C8 BAR SPLICES 20 000 PSF SPLICES OF REINFORCING STEEL BAR SHALL BE IN ACCORDANCE WITH ACI 318 AND SHALL 4,000 P51 BE CLASS B UNLESS OTHERWISE NOTED.THE LENGTH OF LAP: SPLICE OF BARS OF DIFFERENT 2.500 PSF DIAMETER SHALL BE BASED ON THE LARGER DIAMETER. BAR SPLICES MAY ALSO BE MADE BY MECHANICAL COUPLING OR BY WELDING IN ACCORDANCE WITH THE DETAILS FOR REINFORCING 8,000 PSF STEEL SPLICE AND WITH AWS SPEC. 0 12 1. C9 RESTRICTED BAR ANCHORAGE. IN CASES WHERE REINFORCING BARS CANNOT BE EXTENDED AS FAR AS REQUIRED DUE TO THE LIMITED EXTENT OF THE ADJACENT CONCRETE STRUCTURE, THE BARS SHALL EXTEND AS FAR. AS POSSIBLE AND END IN STANDARD. HOOKS. E. ROOF 25 PSF SNOW F WIND SUBJECT TO HEIGHT AND SHAPE RESTRICTIONS, EXPOSURE C, ' MINIMUM WIND SPEED 80 MPH, UNIFORM BUILDING CODE. 1991. G. SEISMIC LOADING - ZONE 3, UNIFORM BUILDING 'CODE, 1991. C. CONCRETE 01 APPLICABLE CODE CONCRETE CONSTRUCTION SHALL CONFORM TO THE ACI BUILDING CODE REQUIREMENTS FOR REINFORCED CONCRETE (ACI -318). C2 REINFORCING STEEL DETAILS.. ALL DETAILING, FABRICATION AND ERECTION OF REINFORCING STEEL, UNLESS OTHERWISE NOTED, SHALL BE IN ACCORDANCE WITH DETAILS AND DETAILING OF CONCRETE REINFORCEMENT ACI 315. BARS ENDING. IN RIGHT ANGLE BENDS OR HOOKS SHALL CONFORM TO THE REQUIREMENTS' OF ACI 318. C11 SLOPING SLABS. MONOLITHIC SLABS WITH TOPS THAT ARE SLOPED SHALL HAVE BOTTOMS SLOPED THE SAME AMOUNT, MAINTAINING A UNIFORM SLAB THICKNESS, UNLESS OTHERWISE NOTED. C12 CHAMFERS EXCEPT AS OTHERWISE REOUIRED, EXPOSED CONCRETE CORNERS AND EDGES SHALL HAVE 3/4" CHAMFERS. RE- ENTRANT CORNERS SHALL NOT HAVE FILLETS. C13 FINISHES EXCEPT AS NOTED, FINISH CONCRETE SURFACES TO MATCH THE ADJACENT EXISTING AREA. C14 HARDENER PROVIDE FLOOR HARDENER IN AREAS SHOWN ON THE DRAWINGS. C15 ANCHOR BOLTS USE OF ANCHOR BOLTS SHALL BE GOVERNED BY UBC -88. TABLE NO. 26 -F. ALL BOLTS SHALL BE STAINLESS STEEL UNLESS OTHERWISE NOTED, D3 DOWELS DOWELS SHALL BE GROUTED BY FILLING THE DRILLED HOLES WITH EPDXY GROUT AND INSERTING THE DOWELS INTO THE HOLES. D4 - OPENINGS A. WHERE "PLUG EXISTING OPENING" 15 INDICATED. CONTRACTOR SHALL REMOVE ANY ATTACHED METALWORK, CONCRETE CURBS OR PROJECTIONS, ROUGHEN AND KEY EXISTING CONCRETE, COAT WITH EPDXY BONDING COMPOUND, AND POUR NEW CONCRETE FLUSH WITH ADJACENT SURFACES. B. NEW OPENING IN EXISTING CONCRETE SHALL BE CUT ONE INCH OVERSIZE, COATED WITH EPDXY BONDING COMPOUND. AND MORTAR FINISHED TO THE REQUIRED SIZE. C. NEW OPENINGS IN EXISTING CONCRETE THAT WILL BE EXPOSED TO VIEW SHALL BE CUT TO THE REQUIRED FINISH SIZE. EXPOSED REINFORCING BARS SHALL SE BURNT OR CUT BACK 1" AND SURFACE REPAIRED WITH MORTAR. E. STEEL E1 CODES AND SPECIFICATIONS STEEL CONSTRUCTION SHALL CONFORM TO THE SPECIFICATIONS AND STANDARDS AS CONTAINED IN THE 9TH EDITION OF THE AISC MANUAL OF STEEL CONSTRUCTON. E2 MATERIAL ALL STRUCTURAL SHAPES, BARS. PLATES AND SHEETS INDICATED ON THE DRAWINGS SHALL BE STEEL MEETING ASTM A 36 SPECIFICATIONS. E3 WELDING MATERIAL AND PROCEDURES FOR WELDING SHALL CONFORM TO AWS D1.1 -90 FOR ARC AND GAS WELDING IN BUILDING CONSTRUCTION. ELECTRODE SHALL BE E7OXX LOW HYDROGEN GROUP. E4. HOT -DIP GALVANIZING UNLESS OTHERWISE NOTED, ALL STEEL FABRICATIONS SHALL BE HOT- DIPPED GALVANIZED AFTER FABRICATION. F. ALUMINUM F1 SPECIFICATIONS AND CODES ALUMINUM CONSTRUCTION SHALL BE IN ACCORDANCE WITH UGC STANDARD NO. 26 -1. F2 MATERIAL ALL STRUCTURAL SHAPES, BARS, PLATES. AND SHEETS INDICATED ON THE DRAWINGS SHALL BE ALUMINUM MEETING THE ALUMINUM ASSOCIATION, ALLOY 6061 -T6 UNLESS OTHERWISE NOTED. F3 ALUMINUM IN CONTACT WITH CONCRETE WHERE ALUMINUM 15 IN CONTACT WITH CONCRETE OR MASONRY SURFACES, CONTACT SURFACES SHALL BE COATED WITH ASPHALT - EMULSION BITUMINOUS PAINT. F4 WELDING MATERIAL AND PROCEDURES FOR WELDING ALUMINUM SHALL BE IN ACCORDANCE WITH AWS D1.2. G. STAINLESS STEEL G1 MATERIALS A. STAINLESS STEEL BARS AND SHAPES TYPE 316 Fy = 30 KSI B. STAINLESS STEEL PLATE, SHEET AND STRIP TYPE 316 Fy = 30 KSI G2 FASTENERS A. STAINLESS STEEL BOLTS AND NUTS TYPE 316 G3 WELDING MATERIALS AND PROCEDURES FOR WELDING STAINLESS STEEL SHALL BE IN ACCORDANCE WITH AWS DI.1 -90. H. REINFORCED MASONRY H1 MASONRY UNITS A. CONCRETE MASONRY UNITS SHALL CONFORM TO ASTM C90, TYPE 1. B. DESIGN STRENGTH Fm = 1350 psi H2 MORTAR AND GROUT MORTAR SHALL CONFORM TO THE REQUIREMENTS OF ASTM 0270, TYPE 5. A. MORTAR SHALL DEVELOP A MINIMUM ULTIMATE COMPRESSIVE STRENGTH OF 1,800 PSI AT 28 DAYS. B. GROUT SHALL ATTAIN A MINIMUM COMPRESSIVE STRENGTH OF 2,500 PSI AT 28 DAYS. MAXIMUM AGGREGATE SIZE SHALL BE 3/8" PEA GRAVEL WITH SLUMP BETWEEN 6 TO 9 INCHES. H3 HORIZONTAL REINFORCING A. HORIZONTAL JOINT REINFORCING SHALL BE PROVIDED AT EVERY 16 INCHES. JOINT REINFORCING SHALL BE CONTINUOUS 9 GAGE TRUSS TYPE. B. STRUCTURAL BOND BEAMS SHALL BE PROVIDED AS INDICATED. BOND BEAMS SHALL CONTAIN TWO N0. 4 BARS CONTINUOUS AS SHOWN IN TYPICAL DETAILS. H4 REINFORCING AT CORNERS AND INTERSECTIONS HORIZONTAL. JOINT REINFORCING SHALL BE CONTINUOUS AROUND CORNERS AND INTERSECTIONS AND SMALL LAP 6 INCHES MINIMUM AT SPLICES. DETAILS SHALL CONFORM WITH MANUFACTURERS RECOMMENDATIONS AND AS SHOWN IN TYPICAL DETAILS. REFER TO TYPICAL. DETAILS FOR ADDITIONAL REINFORCING AT OPENINGS, CORNERS AND INTERSECTIONS. H5 LAPPED REINFORCING REINFORCING BARS SHALL BE LAPPED A MINIMUM OF 24 ". H6 VERTICAL WALL REINFORCING VERTICAL WALL REINFORCING SHALL BE AS SHOWN ON G08 & T005 UNLESS OTHERWISE NOTED. ALL VERTICAL CELLS CONTAINING REINFORCING SHALL BE FILLED WITH GROUT GROUT SHALL BE POURED IN LIFTS OF EIGHT FEET MAXIMUM, WHEN TOTAL GROUT POUR EXCEEDS EIGHT FEET, THE GROUT SHALL BE PLACED IN FOUR FOOT LIFTS. H7 ANCHOR BOLTS USE OF ANCHOR BOLTS SHALL BE GOVERNED BY UBC --91 TABLE NO 24 -D -2 ANCHOR BOLTS SHALL BE STAINLESS STEEL, UNLESS OTHERWISE NOTED. J. SHORING .11 THE CONTRACTOR IS RESPONSIBLE FOR ALL SHORING DESIGN. THE DESIGN SHALL MEET ALL APPLICABLE CODES AND INCLUDE THE FOLLOWING PROVISIONS: A. TEMPORARY SHORING SHALL BE DESIGNED TO RESIST EARTH, WATER AND CONSTRUCTION LOADS. B. LOWERING THE GROUNDWATER LEVEL IN 1HE EXCAVATION SHALL BE ACCOMPLISHED FROM WITHIN THE EXCAVATION. C, STRUCTURAL SHORING AT EAST BASE BELOW AND WITHIN 10' -0" OF THE EXISTING FOOTINGS SHALL BE DESIGNED TO RESIST AN ADDITIONAL LATERAL SURCHARGE LOAD RESULTING FROM A FOUNDATION PRESSURE OF 5000 PSF. DEFLECTION SHALL BE LIMITED TO PROTECT THE EXISTING FACILITIES. O. STRUCTURAL SHORING AT EAST BASE SHALL BE LEFT IN PLACE AND SHALL NOT INCLUDE TREATED OR UNTREATED WOOD. E. INTERNAL STRUCTS ARE REQUIRED TO SUPPORT THE PIT WALLS DURING BACK FILLING. STRUTS ARE TO REMAIN IN PLACE UNTIL THE FLOOR SLAB HAS ATTAINED ITS DESIGN STRENGTH. CITY OF TUKWILA APPROVED K C1 KCM, Inc, 1917 First Avenue Seattle, Washington 98101 EsICNED. w/ woe DRAWN: CHECKED: STS MSLS!)'O NOV 161994 AS NOTED BUILDING DIVISION IVED 0109 R OF ECETUKWIIA AUG 3 0 1994 PERMIT OENTER ■ 0 Kong County DepL of Metropolitan Services RECOMMENDED: APPROVED. BY DATE 00N1RACT NO T/M18 -94 TRANSIT FACILITY IMPROVEMENTS GENERAL STRUCTURAL GENERAL NOTES DATE AUGUST 1994 FILE NO: DRAWNG NO: G06 SHEET N0: 6 OFIOZ 13 f111TI,G iui 8ws3arl� tut, 5 0 0 ED N O • • • • ABAN AB AC ACI ADMIN AISC AITC ALUM or AL ANSI AP APPROX ARCH ASPH ASTM AVE BLDG BM. BOT BP BR BRG CF CI CIP Q CL CLR CMU COL< CONC CONN CONT CR DBA DEG or DI DIA or 0 DWG EA EF EL ELEC EC ETC EW EXIST FB FIN FLR FS FT or ' FTG GA GAL GALV HORIZ or H HR HT ID IE IF IN or " INV JST JT K • • E ABBREVIATIONS STRUCTURAL LEGEND AT LBS ABANDONED LF ANCHOR BOLT LONGIT ASPHALT CONCRETE MAX AMERICAN CONCRETE INSTITUTE MECH ADMINISTRATION AMERICAN INSTITUTE OF STEEL CONSTRUCTION AMERICAN INSTITUTE OF TIMBER CONSTRUCTION ALUMINUM AMERICAN NATIONAL STANDARD INSTITUTE ASPHALT. PAVEMENT APPROXIMATE ARCHITECTURAL ASPHALT AMERICAN SOCIETY FOR TESTING AND MATERIALS AVENUE BUILDING BEAM BOTTOM BASE PLATE BRICK BEARING CUBIC FEET CUBIC INCH CAST—IN—PLACE CENTER LINE CHAIN LINK CLEARANCE, CLEAR CONCRETE MASONRY UNIT SL COLUMN SHT CONCRETE SP CONNECTION SQ CONTINUOUS 5Q IN CRUSHED ROCK SS DEFORMED BAR ANCHOR STIR DEGREES ST DUCTILE IRON STD DIAMETER STL DRAWING STRUCT EAST T &B EACH TEMP EACH FACE TOC ELEVATION TOG ELECTRICAL TOS EQUAL TOW ET CETERA TRANS EACH WAY TYP EXISTING UBC FAHRENHEIT VAR FLAT BAR FINISH FLOOR FAR SIDE FOOT or FEET FOOTING GAGE GALLON GALVANIZED HORIZONTAL HANDRAIL or HOUR HEIGHT INSIDE DIAMETER INVERT ELEVATION INSIDE FACE INCH INVERT JOIST JOINT KIP LENGTH or METAL ANGLE METRO MFR MIN MISC N/A NIC NO. or # NOM NS OC OD OF PAV PC PERF PL PSF PSI PVC RC RCP REINF RR VE VERT or V W W/ W/0 WHS WSTP WWF POUNDS LINEAR FEET LONGITUDINAL MAXIMUM MECHANICAL MUNICIPALITY OF METROPOLITAN SEATTLE MANUFACTURER MINIMUM MISCELLANEOUS NORTH NOT APPLICABLE NOT IN CONTRACT NUMBER NOMINAL NEAR SIDE ON CENTER OUTSIDE DIAMETER OUTSIDE FACE PAVEMENT PRECAST PERFORATED PLATE POUNDS PER SQUARE FOOT POUNDS PER SQUARE INCH POLYVINYL CHLORIDE RADIUS REINFORCED CONCRETE REINFORCED CONCRETE PIPE REINFORCING RAILROAD SOUTH SLOPE SHEET SPACE SQUARE SQUARE INCH STAINLESS STEEL STIRRUP STREET STANDARD STEEL STRUCTURAL TOP AND BOTTOM TEMPORARY TOP OF CONCRETE TOP OF GRATE TOP OF STEEL TOP OF WALL TRANSVERSE • TYPICAL UNIFORM BUILDING CODE VARIES VALUE ENGINEERING VERTICAL WEST WITH WITHOUT WELDED HEADED STUD WATER STOP WELDED WIRE FABRIC SURFACING AND FILL >>.`7,i•`O' GRADE EARTH FILL (...C.1*--) ROCK 050 GRANULAR FILL CRUSHED ROCK SAND FILL IIIIIIIIIIIIII ASPHALT ASPHALT (PLAN VIEW) REINFORCING • REINFORCING (SECTION) PRETENSION OR POST e TENSION STRANDS (SECTION) REINFORCING (PLAN OR EL) BEAM STIRRUPS (EL) BEAM TIES. OR STIRRUPS LIMITS OFREINFORCING (OR STRUCT MEMBER) SPAN OF REINFORCING (OR STRUCT MEMBER) WELDED WIRE FABRIC OR BAR SPLICE MASONRY MINN DEPTH OF DEPRESSION (OPTIONAL) A CMU OR BRICK (ELEVATION) CMU (SECTION) CMU (PLAN) E CONCRETE STRUCTURAL v/I PRECAST EXISTING l ABOVE, FUTURE. OR NOT J IN CONTRACT F CURVED SURFACE CONSTRUCTION JOINT (IN SECTION) CONSTRUCTION JOINT (IN PLAN) KEYWAY JOINT FILLER JOINT FILLER AND SEALANT METALS STEEL ALUMINUM WF BEAM IN PLAN OR SHEET METAL SECTION CL OR I SMALL STRUCTURAL SHAPES OR 11 I I I GRATING 4 COIL LOOP INSERT EXPANSION BOLT STUD ANCHOR + OR 1 NAIL •0 ANCHOR BOLT OR METAL DECKING OPENINGS OPENING IN SLAB OPENING W /GRATING COVER -- DEPRESSION IN SLAB DEMOLITION AREAS TO BE DEMOLISHED METAL STUD WOOD LUMBER (SECTION) FINISHED (SECTION) LUMBER BLOCKING GLUELAM BEAM (SECTION) GLUELAM BEAM _- (ELEVATION) - -- GLULAM BEAM (PLAN) I?J;1 O32D CITY OF APPROVED TXNWIIA NOV 161994 AS NOTED RUILOINGG DIVI0ION RECEIVED CITY OF TUKWILA AU6 9 0 1994 PERMIT CENTER ► ► ► a� No. REVISION BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 • • • • lexowcs 9/4/#o DESIGNED: MSL TW / DRAWN: CHECKED: STS WGG ® a • METRO King County Dept. of Metropolitan Services DATE: AUGUST 1994 RECOMMENDED SCALE: NONE APPROVED'. CONTRACT N0: T/M18 -94 • TRANSIT FACILITY IMPROVEMENTS GENERAL STRUCTURAL ABBREVIATIONS & LEGEND FILE NO DRAM. NU: GO7 SHEET 90: OF 9 IOC ABV ABOVE AC AIR CONDITIONER ACT CARBON ACTIVATED CARBON AIR, DRYER AFF ABOVE. FINISHED FLOOR AHU AfR. HANDLING UNIT AL ALLOY ALUMINUM ALLOY ALT '' ALTERNATE AR AIR RECEIVER AMERICAN SOCIETY OF MECHANICAL ENGINEERS BOILER BACKDRAF]. DAMPER BELOW FINISHED FLOOR. BOTTOM OF DUCT (BOTTOM OF PIPE BALANCING VALVE COMPRESSOR (AIR) COMPRESSED AIR CATCH BASIN CEILING DIFFUSER CUBIC FEET PER MINUTE CEILING CENTER LINE CLEAN OUT CONDENSATE RETURN ". CHEMICAL RESISTANT VENT CHEMICAL RESISTANT WASTE CABINET 1 UNIT HEATER CONTROL VALVE COLD WATER. (DOMESTIC) DRAIN DIESEL FUEL DOOR GRILLE DIAMETER DOWN DRAWING DRAIN WASTE & VENT EXHAUST. AIR `.DAMPER ENTERING DRY BULB TEMP EXHAUST FAN EXHAUST GRILLE ELEVATION ENGINE OIL EMERGENCY EXHAUST REGISTER. EXPANSION TANK ENTERING WET BULB TEMP ENTERING WATER TEMP ABBREVIATIONS ASME BD BFF BOD BOP- BV C CA CB CD CFM CLG 11 I Q COI Oft CRV CRW cuk CV CW D DF DG DIA or DN DWG DWV EAD EDB EF EG EL EO EMER ER ET I EWB EWT EXH EXIST FCO FD FF FRD FS FLR FRP FS FT FTU GA GHWR GHWS HB HC HHWR HHWS HOR HOS HOS /R HVAC HP HP /CHLR HR HRU HW HWR HWS' HWT HX IE IRH ISR IW LO LWT MAX MB MFR MIN MTD NG OSA OAD OPNG P POC PLS PRV PSI PSF PP R RA RAD RD RDO RH RR 5D SG SF SM SR SS or S SW SCU TD TG TV TYP UH' V VAC VD VER' VTR VU W WEC WCO WH WWF WO YCO EXHAUST EXISTING FLOOR. CLEANOUT FLOOR DRAIN FINISHED FLOOR FIRE DAMPER FIRE SPRINKLER FLOOR FIBERGLASS REINF PLASTIC SPRINKLER FEET FIN TUBE UNIT GAUGE GLYCOL HOT WATER RETURN GLYCOL HOT WATER SUPPLY HOSE BIBB HANDICAP or HEATING COIL HEATING. HOT. WATER RETURN HEATING HOT WATER SUPPLY HYDRAULIC OIL RETURN HYDRAULIC OIL SUPPLY HYDRAULIC OIL SUPPLY /RETURN HEATING, VENTILATION & AIR CONDITIONING HORSEPOWER HEAT PUMP /CHILLER HOSE REEL or HOUR HEAT RECOVERY UNIT HOT WATER (DOMESTIC) HOT WATER RETURN HOT WATER SUPPLY HOT WATER TANK HEAT EXCHANGER INVERT ELEVATION. INFRARED RADIANT HEATER INTRINSICALLY SAFE RATED INDUSTRIAL WASTE LOUVER LUBE OILS LEAVING WATER TEMPERATURE MAXIMUM MIXING BOX MANUFACTURER MINIMUM MOUNTED NATURAL.. GAS OUTSIDE I AIR OUTSIDE AIR DAMPER OPENING PLUMBING FIXTURE POINT OF CONNECTION PLACES PRESSURE REDUCING '.VALVE POUND'. PER SQUARE. INCH, ',. POWER STEERING FLUID PUMP RADIUS RETURN AIR RETURN AIR DAMPER ROOF DRAIN ROOF DRAIN OVERFLOW RADIANT HEATER RETURN REGISTER SUPPLY DIFFUSER SUPPLY GRILLE SUPPLY FAN SMOKE DETECTOR SUPPLY REGISTER SANITARY.. SEWER SERVICE WATER (NONPOTABLE) STAND ALONE CONTROL UNIT TRENCH DRAIN TRANSFER ;GRILLE' TANK VENT. TYPICAL .. 1 UNIT HEATER VENT VACCUM VOLUME DAMPER VEHICLE EXHAUST REEL. VENT THROUGH ROOF VENTILATION UNIT WASTE (SANITARY) WASTE ENGINE COOLANT WALL CLEANOUT WALL HEATER WINDSHIELD WASHER FLU WASTE OIL YARD CLEANOUT DUCTWORK AND PIPING SYMBOLS y DIRECTION OF FLOW PITCH OF PIPE OR TRENCH DRAIN (DOWN IN DIRECTION OF ARROW) �D. REDUCER —I�— UNION DAMPER AS SPECIFIED ANUAL VOL. DAMPER BDD BACK DRAFT (GRAVITY OPERATED) Jr ;MOD k,I STRAINER CHECK VALVE (HINGE —IN— INDICATES FLOW DIRECTION), —01 QUICK DISCONNECT ■ ELECTRIC MOTOR OPERATED VALVE. IS DUCT SECTION 16x20 (EXHAUST OR RETURN) ® DUCT SECTION 16x20 (OUTSIDE OR SUPPLY) ^�^ DIAPHRAGM OR V'-I PNEUMATIC VALVE GATE VALVE Ill DIRT POCKET PIPE ANCHOR >< MOTOR OPERATED DAMPER FAN & MOTOR WITH BELT GUARD 1 OO -AND fl UNIT HEATER HORIZONTAL \ AND VERTICAL 1�- DIRECTION OF FLOW 45' OR 90' OFF BOTTOM —(1)— 45' OR 90' OFF TOP F FLEXIBLE CONNECTION'. RG GRILL - RETURN UNIT SET FIRE DAMPER & SLEEVE uail VEHICLE EXHAUST REEL FLEXIBLE CONNECTION GRILL EXHAUST WITH SQUARE COLLAR (5 BALL VALVE FLOAT TRAP & THERMOSTATIC i�, ��. Imo_ PLUG VALVE �r FLOW CONTROLLER I HW. '',ACCESS DOOR I % \ CEILING DIFFUSER -ROUND CEILING DIFFUSER-RECTANGULAR / \ OR SQUARE ANGLE VALVE -{- —I-'. GLOBE VALVE PLAN ELEV FLOAT VALVE MANUAL AIR VENT 0 FLOOR DRAIN C CAP CLEAN OUT ` BOLT - CONCRETE II EXPANSION TYPE — C — CONDENSATE DRAIN COMPRESSED AIR — CR — CHILLED WATER RETURN — CS — CHILLED WATER SUPPLY CW — DOMESTIC COLD WATER — CWR— CONDENSER WATER RETURN • — CWS— CONDENSER WATER SUPPLY — DO — DIESEL OIL — GO — ENGINE OIL —EOW— WASTE ENGINE OIL F — FIRE LINE - FOR— FUEL OIL RETURN - FOS — FUEL OIL SUPPLY FOD— FUEL OIL DISCHARGE — FOG —.FUEL OIL GAUGE — G — GAS LINE - GL1 LUBRICATION GREASE (80 #) GL0— LUBRICATION GREASE (100 #) — GS— GASOLINE —HWR— HEATING H.W. RETURN — HWS— HEATING H.W. SUPPLY — 1W— INDUSTRIAL WASTE — PC PUMP CONDENSATE — PiW — PUMPED INDUSTRIAL WASTE — 5 — STEAM — SD STORM DRAIN — S5 — SANITARY SEWER — V — VENT — W HOS- - HOR- WASTE (SANITARY) HYDRAULIC OIL SUPPLY HYDRAULIC OIL RETURN REMOVE GENERAL NOTES ABANDONING PIPE, DUCTS, & EQUIPMENT UNDER THE FLOOR HYDRAULIC LINES HYDRAULIC LINES ABANDONED IN PLACE SHALL. BE FLUSHED CLEAN, DRIED AND CAPPED BELOW THE FLOOR LEVEL. NON- ASBESTOS CEMENT DUCT NON - ASBESTOS CEMENT DUCT WORK ABANDONED IN PLACE SHALL BE FILLED WITH SAND AND CUT OFF BELOW THE FLOOR SLAB. ASBESTOS CEMENT DUCT ASBESTOS CEMENT DUCT WORK SHALL BE REMOVED OR ENCAPSULATED AND ABANDONED IN PLACE AS DIRECTED BY METRO. THE WORK WILL BE DONE BY A SMALL WORKS CONTRACT ADMINISTERED BY METRO. THE WORK WILL BE COORDINATED BETWEEN CONTRACTORS BY METRO'S RESIDENT ENGENEER. WALL PENETRATION, MICCM, Inc. 1 1917 First Avenue Seattle, Washington 9810 DATE DESIGNED, EJM C , DRAWN: C JTE ECK CKED: DV MSL 1c RECOMMENDED. APPROVED. CITY OF TUKWILA APPROVED NOV 1 6 1994 AS NOTED BUILDING DIVISION IVED CITY OR RECETUKWILN AUG 3 0 1994 PERMIT CENTER IVs , , E•• ■ R ® King County Dept. of Metropolitan Services e► DATE. AUGUST 1994 SCALE NONE CONTRACT NO: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS GENERAL MECHANICAL ABBREVIATIONS, LEGEND & GENERAL NOTES V v G H ib YPW %!n: Irs ( Flvr at r4na!mp +r +SxIG!5ry4T raseKNTNi`K1{T sl atf rri III FILE NO: DRAWN° N0: GO8 SHEE5 N0: 6 OF IDZ MANUAL MOTOR STARTER DUPLEX OUTLET, GNDG TYPE WP= WEATHERPROOF, GFI= GROUND FAULT CIRCUIT INTERRUPTER PANELBOARD 208/120V, 240/120VAC PANELBOARD, 480VAC .3PH,: 480/277VAC 3PH TERMINAL JUNCTION BOX, - FLOOR AND BOX N0. TRANSFORMER, POWER: TRANSFORMER, POWER * - KVA RATING • - PRIMARY VOLTAGE RATING - SECONDARY VOLTAGE RATING TRANSFORMER POTENTIAL (PT) RATING IN VOLT -AMPS TRANSFORMER CURRENT (CT) RATING EXP. AS, TURNS RATE PRI TO SEC TRANSFORMER WYE CONNECTION TRANSFORMER DELTA CONNECTION CONDUIT DOWN CONDUIT UP -_j CONDUIT CAPPED GROUND WELL a GROUND ROD JUCTION (J) BOX HANDHOLE (HH) *HH NO.- O MANHOLE (MH) *0 NO. CONTACTOR DEFINITE PURPOSE CIRCUIT. BREAKER;, MOTOR, 3 PH TRIP. RATING ONE LINE. DIAGRAM CONDUIT EXPOSED (INCLUDES CONDUIT' IN LAY- . =- IN 'T. GRID` TYPE CEILING) CONDUIT, CONCEALED INFLOOR, WALLS 0 CEILINGS (OTHER THAN REMOVABLE"'' "RID TYPE) CONDUIT, UNDERGROUND _ -E_ - CONDUIT, EXISTING,' TO REMAIN -R_ - a CONDUIT, EXISTING TO BE REMOVED CONDUIT, FLEXIBLE, (TYPE AS NOTED ON DWG. OR IN SPEC)`. i AT- 2 -13.R HOME RUU N, 4- CONDUCTORS S PLUS GROUND TO PANEL • I CIRCUIT BRKRS IDENTIFIED BY NO'S FOLLOWING PANEL DESCRIPTION, #12AWG, UNLESS NOTED MOTOR, - •.INDICATE -TYPE OGENERATOR, .INDICATES CAPACITY IN KW DISCONNECT SWITCH, NON -FUSED PHASE L\� �n--1 DISCONNECT SWITCH,: FUSED, * INDICATES AMPERAGE CIRCUIT BREAKER, i -.. TRIP RATING, . PHASE ABBREVIATIONS /.. DISCONNECT SWATCH IND SW * -.x FUSE AMPERAGE MOTOR STARTER, *: -NEMA SIZE CONTROL COMBINATION STARTER * HP RATING OF SW &STARTER FUSED COMBINATION STARTER, * FUSE, ** HP RATING INDICATES TRIP RATING CONDUIT SEAL FITTING SW PUSHBUTTON LOCK-OUT-STOP SW PUSHBUTTON NORMALLY OPEN (5.0.) PUSHBUTTON STOP SW EQUIPMENT SPECIFIED, FURNISHED AND INSTALLED UNDER OTHER SECTIONS. RACEWAY, CONDUCTOR AND CONNECTIONS IN THIS SECTION. NOTE CALLOUT INDICATOR LIGHT, RED INDICATOR 'LIGHT, GREEN t.• INDICATOR LIGHT, AMBER � )�a MOTOR STARTER .INDICATES NEMA SIZE f COMBINATION rSTARTER * HP RATING OF SW & STARTER I IH -FUSED COMB 'NATION ,SfARTER, * FUSE,.' *. HP RATING -b *� } COMBINATION STARTER, CKT BRKR TYPE CB CKT CLG CP CPT CR, CRS CS CT CU DC DN AMMETER, AMPERE AMPERE FRAME ABOVE FINISHED FLOOR -- .AMPERE TRIP AUTOMATIC TRANSFER SWITCH CONDUIT CIRCUIT. BREAKER CIRCUIT CEILING CONTROL PANEL CONTROL TRANSFORMER CONTROL RELAY PVC COATED RIGID STEEL CONDUIT CONTROL STATION CURRENT TRANSFORMER COPPER DIRECT CURRENT DOWN E, EXIST. EXISTING EF EXHAUST FAN ELEC ELECTRICAL ELEV ELEVATION EP. EXPLOSION PROOF ETM .ELAPSED TIME METER EXH EXHAUST FUSE FRAMING. CHANNEL FEEDER FULL VOLTAGE NON- REVERSING G,GND GA GALV GFI GROUND GAUGE GALVANIZED GROUND FAULT INTERRUPTER GALVANIZED RIGID STEEL HH H -0 -A HP HANDHOLE HAND -OFF -AUTO SNATCH HORSEPOWER INTERRUPTING CAPACITY INSP INSPECTION J,JB JUNCTION BOX KVA KVAR KW KILOVOLT AMPERE(S) KILOVAR(S) KILLOWAT(S) LC LIGHTING CONTACTOR M MH MS MTR N,NEUT NC NO NP MAGNETIC CONTACTOR COIL MANHOLE MOTOR STARTER MOTOR NEUTRAL NORMALLY CLOSED NORMALLY OPEN NAMEPLATE 0 BY DATE KCIA Inc. 1917 :First "l Avenue Seatt14 Washington 9810' ELCON ASSOCIATES, INC ENC4NEEHe CON8ULTANrs 15215.52ND AVENIIE.SOUT -, el51E 24 .:5EA7TLE WASHWDTON 95158 (2061245.5022 ♦ n +fA'1FUYleif° DESIGNED DOS 0 OPEN PANEL OL , OVERLOAD P,PNL PANEL PB PUSH - BUTTON PH PHASE PT POTENTIAL TRANSFORMER PVC POLYVINYL CHLORIDE RI SV SW SWBD REMOTE INDICATOR SOLENOID VALVE SWITCH SWITCHBOARD T THERMOSTAT TDR TIME DELAY RELAY TL TWISTLOCK TTB TELEPHONE TERMINAL BOARD TYP TYPICAL UG UNDERGROUND VP VER WHD WP XFMR VOLTMETER, VOLT VAPORPROOF VEHICAL EXHAUST REEL WATTHOUR DEMAND METER WEATHERPROOF TRANSFORMER DRAWN: AMH CHECKED DKS RECOMMENDED: ADDED CONNECTED LOAD SUMMARY BASE VEF LIFTS TOTAL NET LOAD ADDED EAST BASE 31 KVA 40 KVA 71 KVA SOUTH BASE 31 KVA 63 KVA 94 KVA ATLANTIC BASE 30 KVA 22 KVA 52 KVA CITY OF TUKWILA APPROVED NOV 16 1994 AS NOTED BUILDING DIVISION CITYpOFETUKWILA AUG 3 0 1994 PERMIT CENTER war ■ i ,C•� T R ® King County Dept. of Metropolitan Services SCALE: TRANSIT FACILITY IMPROVEMENTS GENERAL NONE APPROVED: CONTRACT N0: T/M18 -94 v ELECTRICAL ABBREVIATIONS AND LEGEND • 9 T40 DATE: AUGUST 1994 FILE NO: DRA0100 N0: G09 SHEET N0: 0;et 5 • ABBREVIATIONS ANOD, ANODIZED AL ALUMINUM CLR CLEAR CLSR CLOSER COL COLOR FNSH FINISH • GL HM IG —T K —PL MATL MISC GLASS HOLLOW METAL INSULATED GLASS, TEMPERED KICKPLATE MATERIAL MISCELLANEOUS • MTL P —P SC SIM TG THRESH METAL PUSH — PULL SOLID CORE WOOD SIMILAR TEMPERED GLASS THRESHOLD, • • • WRG W —S WIRE GLASS WEATHERSTRIPPING NOTES 1. LETTER AND NUMBER CODES IN HARDWARE COLUMNS REFER TO ITEMS OF HARDWARE IN SPECIFICATION SECTION. 08710 2. NUMBERS IN FINISH COLUMN REFER TO PAINT SYSTEM IN SPECIFICATION SECTION 09900. 3. LETTER IN COLOR COLUMN REFERS TO TO COLOR SCHEDULE IN SPECIFICATION SECTION 09900. 4. ON DOOR "TYPE' COLUMN WHEN "2X" PRECEDES TYPE MARK PROVIDE TWO DOOR LEAVES OF THAT TYPE IN DOOR "TYPE" COLUMN 5. FOR GLASS TYPES SEE SPECIFICATION SECTION 08800. ALL GLASS IS CLEAR CLASS UNLESS OTHERWISE NOTED. ALL TINTED GLASS IS A GREEN COLOR. BLDG DOOR OPENING FRAME HARDWARE LABEL REMARKS DOOR NO. S ZE WIDTH HEIGHT DOOR CONSTR TYPE GLASS FNSH COL MATL TYPE FNSH COLOR DETAILS HEAD JAMB SILL HINGE LOCK EXIT CLRS P —P STOP BOLT K —PL THRESH W —S PUSH PLATE ONLY INSIDE, * VERIFY SIZE ON SITE, ELECTRONIC SHOP MATCH EXIST COLOR * * EXIST FRAME TO REMAIN IN PLACE IT W pm Ln 129 6' -0" * 7' * HM 2 x W1 CLR C -1 * HM ** F -1 ** C -1 * ** ** B HI L4 — C1 P1 — 81 K1 T1 W1 — 129A 3' -8" -0" 7' -2" HM Wt CLR C -1 * HM F -1 C -1 * C D 8 H1 — — C2 P2 S1 — K1 T1 W2 — * MATCH W/ EXIST COLOR OF DOOR 129 1298 3' -8" 7. -2" HM Wi CLR C -1 * HM F -1 C -1 * C D B H1 L1 —. C1 P2 S2 — K1 Ti W2 — * MATCH W/ EXIST COLOR OF DOOR 129 2' -0 EQL EQL W1 DOOR TYPES HM DOOR DOOR WIDTH TYP. F -1 FRAME TYPES DOORS & FRAMES ( NTS — AUTOMATIC DOOR BOTTOM DOOR THRESHOLD O SCALE: 3" = 1' -0" HM FRAME THRESHOLD FINISH FLOOR No. REVISION BY DATE J —BEAD J —BEAD KCM 11 3/4" DOOR HEAD SCALE: 3" = 1' -0" 5 /8" GWB OVER 1 1 /2" MTL FURRING © 24" 0.C. BENT FE SEE Afik EXIST. 12" CMU SEALANT & BACKER ROD HM FRAME GROUT SOLID HM DOOR 5/8" GWB OVER 1 1 /2" MTL FURRING & 24" 0,C. EXIST. 12" CMU SEALANT & BACKER ROD HM FRAME GROUT SOLID FRAME ANCHOR HM DOOR KCM, Inc. 1917 First Avenue Seattle, Washington 98101 2 1/2" x 3/8" F.B. RAILS TYPICAL GUARDRAIL OF 1 1/2" DIA. STD. PIPE POSTS & RAILS, ALL JOINTS WELDED & GROUND SMOOTH 3/4" CHAMFER, TYP. CONCRETE FILL ON METAL DECK SEE Oil D I o M w "a ' r TOEBOARD, SEE J 111111111• a a 0 WEIill .m■ II GUARD RAIL SCALE: 1" = 1' -0" ACST CEILING 5/8" GWB FINISH 4 1/2" WALL TYPE 44003zTYPICAL CALE: = 1' WALL idijStreeter /Dermanis & Associates Architects, AIA Seattle, WA • B 7 • • A122 EXIST, CMU WALL © DETAIL F1 /— 8 x 8 x 16 CMU ® DETAIL F/— SNAP HOOK WELDED TO FB RAILS EYE BOLT WELDED TO FB RAILS GUARDRAIL 1/4" COIL PROOF CHAIN GUARDRAIL POST ANCHORAGE, SEE ALIGN LADDER RUNG W/ FIN FLOOR 7" X 3" X 3/8" X 2 1/2" LONG GALVANIZED STL. L WELD TO VERT. F.B. SECURE TO CMU WALL W/ 5/8" DA. EXP. ANCHORS WITH 4" MIN. EMBEDMENT. USE EXP. ANCHORS FOR HOLLOW CORE CMU WHERE WALL IS NOT GROUTED GAAVANIZED 2 1/2" X 3/8" F.B. RAILS GALVANIZED 3/4" DIA. WELDED RUNGS 812" 0.0 3/16 1 1/2" MTL FURRING ® 24" 0.C. 5/8" GWB CITY OF TUKWILA APPROVED NOV 1 6 1994 AS NOTED BUILDING DIVIBIGN F F1 A121 1n N LADDER ELEVATION SCALE: 1" = 1' -0" A122 EXIST. WALL SECTION SCALE: 1" = 1' -0" 5/8" DIA. EXP, ANCHOR W /4" MIN, EMBEDMENT RECEI CITY CF TUVEKD WILA AUG 9 0 1994 PERMIT CENTER 5 Im DESIGNED: IJ DRAWN: CHECKED: AM PD RECOMMENDED. rd. E1'A 0 King County Dept. of Metropolitan Services SCALE: AS NOTED APPROVED: CONTRACT N0: 5/M18 -94 7 • TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS ARCHITECTURAL DOOR SCHEDULE & DETAILS • DATE: AUGUST 94 FILE N0: DRAWING N0: TD01 SHEET N0: Ir OF��y 4 ii • B CUT EXIST ROOFING & INSUL W/ SHARP KNIFE & PREPARE CONC. ROOF DECK TO INSTALL CURB BUR LAP OVER EXISTING EXIST, ROOFING TO REMAIN • • G H • HYPALON FLASHING TYP AIR HANDLING UNIT SEE MECH SAW CUT 1" LARGER HOLE THAN DUCT SIZE SEE MECH DWG FOR DUCT SIZE I�I 1/2" TYP n. u TOP OF CONC DECK PRE –FAB INSULATED CURB 5/8" DIA EXP ANCHOR W/ 4" EMBEDMENT INSULATION, MATCH EXISTING EXIST INSULATION TO REMAIN CURB @ AIR HANDLING UNIT SCALE: 3" = 1' -0" A101, A201 DUCT, SEE MECH FOR SIZE SEALANT DUCT SEE MECH FOR LOCATIONS & BACK UP ROD 1" X 16 GA SS CLAMP W/ SS BOLT, NUT & WASHER FLASHING NAIL ®.12" 0,C, TYP CUT EXIST ROOFING & INSUL W/ SHARP KNIFE & PREPARE ROOF DECK TO INSTALL CURB BUR LAP OVER EXISTING EXIST. ROOFING TO REMAIN CONC PT 2X8 BASE PLATE & ANCHORS (® DETAIL 1 ONLY) SEE MECH DWG TDO6 BUR, EXTEND UP 2X8 HYPALON FLASHING RIGID INSUL TO MATCH EXIST. 1/2" Rh. SI tP BACKER ROD & SEALANT ® DETAIL 1A EXIST, CONC ROOF STRUC. DUCT PENETRATION W/ SUPPORT SECTION SCALE: 3" = 1' -0" %11 1A A101, A201 - A201 CUT EXIST ROOFING & INSUL W/ SHARP KNIFE & PREPARE CONC. ROOF DECK TO INSTALL CURB BUR LAP OVER EXISTING EXIST. ROOFING TO REMAIN TYP AL CAP FLASHING 3/4" PLYWOOD — VIBRATION ISOLATOR WHERE OCCURS LAG BOLT (1/2" X 4 ") NEOPRENE PAD (PROVIDE SIMILAR DUCT SUPPORT FRAME) PT 3X8 TYP. BELOW VIBRATION ISOLATORS & DUCT SUPPORT FRAME -VIII PT 2X8 N I BUR, EXTEND UP 2X8 PT 2X6, TfP ' HYPALON FLASHING a 1/2" DIA EXP ANCHOR ® 24" 0.C. W/ 4" MIN EMBEDMENT, TYP NAIL ® 12" 0.C. TYP EXIST. CONC DECK CUT EXIST ROOFING & INSUL W/ SHARP KNIFE & PREPARE CONC ROOF DECK TO INSTALL CURB BUR LAP OVER EXISTING EXIST. ROOFING TO REMAIN PLATFORM CURB SECTION SCALE: 3" = 1' -0" INSULATION, MATCH EXISTING EXIST. INSULATION TO REMAIN TD03 DUCT, SEE MECH FOR SIZE SEALANT 1" X 16 GA SS CLAMP W/ SS BOLT, NUT & WASHER FLASHING PT 2X8 BASE PLATE & ANCHORS SEE MECH DWG TD06 3/4" PLYWD AL. CAP FLASHING HYPALON FLASHING BUR, EXTEND UP 2X8 HYPALON FLASHING RIGID INSUL TO MATCH EXIST. P '-1-00 EXIST. CONC ROOF STRUC. DUCT SUPPORT SECTION SCALE: 3" = 1' -0" No, REVISION BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 Streeter /Dermanis & Associates Architects, AIA Seattle, WA • • • • DESIGNED: IJ DRAWN: CHECKED. AM PD RECOMMENDED. / � 1 TD03 CITY OF TUNWIIA APPROVED NOV 1 6 1994 AS NOTED BUILDING DIVISION RECEIVED CITY OF TUKWII.A AUG 3 0 1994 PERMIT CENTER 0111 E," R O King County Dept. of Metropolitan Services SCALE, AS NOTED APPROVED: CONTRACT NO T/M1e -94 F TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS ARCHITECTURAL DETAILS • lw DATE: AUGUST 1994 • G H aaaN TMN!? 91l01 919i1910`i919109l,10l1RI9fl99 nx09999110 1lr1PVl1919 FILE 909 DRAWING NO TD02 SHEET W0: it 02 G LIMIT OF REROOFING EXHAUST STACK BASE FLASHING SEE • AIR HANDLING UNIT SEE '.MECH FOR LOC EXIST. FIRE VENT - 1 JD02 HYPALON FLASHNG BUR ROOFING EXTEND UP EXIST INSULATION TO REMAIN CUT EXISTING ROOFING & INSUL W/ SHARP KNIFE & PREPARE CONC. ROOF DECK TO INSTALL CURB EXIST. PLATFORM CURB & DUCT TO REMAIN DUCT SUPPORT FRAME 6" MIN TYP AIR HANDLING UNIT SCALE: 3" = 1' -0 INSULATION, MATCH EXISTING 5/8" DIA EXP ANCHOR W/ 4" EMBEDMENT PRE -FAB INSULATED CURB NEAR FIRE VENT WALKWAY PADS AROUND EQUIPMENT DUCT SYSTEM & EXHAUST FAN SEE MECH DWG FOR DETAILS 3 X SUPPORT BELOW, TYP VIBRATION ISOLATOR BELOW,TYP EDGE OF PLATFORM EDGE OF CANT BELOW CUT EXISTING ROOFING W/ SHARP KNIFE ALONG THIS LINE & REMOVE ROOFING AND INSUL WITHIN THIS AREA, PREPARE EXIST CONC. DECK & INSTALL PLATFORM CURB & EXHAUST STACK BASE LIMIT OF REROOFING PLAN ELEVATION SCALE: 1/2" = DUCT, SEE MECH DWG FOR SIZE 1 1/2" X 1 1/2" X 1/8 ".4 WELDED DUCT SUPPORT FRAME PLATFORM CURB, SEE BUR OVER RIGID INSULATION EXISTING CONCRETE DECK SIM EXISTING CONC JOISTS, TYP EXISTING ACST PANEL, TYP MIN PARTIAL ROOF PLAN ® EXHAUST FAN ,TYP SCALE: 1/2" = 1' -0" A101, A201 J NEW DUCT, TYP ° I3114o52o CONDITION 1 DUCT PENETRATION NEAR PANEL CENTER It 5/8" CL POST & RAIL 3/4" RADIUS GUARDRAIL POST 3/8" ROLLED EDGE 1/2" MIN, 1" MAX NON- SHRINK GROUT (2) 5/8" EPDXY ANCHORS NOTE: PROVIDE PROTECTION FOR DISSIMILIAR METALS & CONC GUARDRAIL POST ANCHORAGE SCALE: 3" = 1' -0" TDO1, A122 ELEVATION STORAGE SIDE 3/16 3/16 PARTIAL REFLECTED CEILING PLAN SCALE: 1/2" = 1' -0" di WHERE DUCT PENETRATION OCCURS NEAR PANEL EDGE REMOVE PORTION OF PANEL AS REQUIRED TO PROVIDE 1" CLEARANCE TO DUCT RE- ATTACH PANEL EDGE TO MATCH EXISTING WHERE DUCT PENETRATION OCCURS NEAR PANEL CENTER REMOVE PORTION OF PANEL AS REQUIRED TO PROVIDE 1" CLEARANCE TO DUCT RE- ATTACH (2) PANEL EDGES TO MATCH EXISTING DO NOT RE- ATTACH ANY PANEL SECTION LESS THAN 24" LONG CONDITION 2 DUCT PENETRATION NEAR PANEL EDGE r � 1 M102, M201 M202, M301 10 U 4 1/2" TYP EA POST GUARDRAIL POST CONTINUOUS TOE BOARD R 3/16 X 4 SEE NOTE BELOW CONC ON MTL DECK WALL (WHERE OCCURS) NOTE: WHERE BOLTED BASE PLATE EXTENDS ABOVE WALKWAY SURFACE. NOTH TOE BOARD TO FIT AROUND BASE PLATE W/ MAX 1/4" GAP GUARDRAIL TOE BOARD SCALE: 3" = 1' -0" TD01, A122 RECEIVED CITY CF TUKWILA AUG 3 0 1994 PERMR CENTER 3 NO. REVISION • BY DATE KCM KCM, 1917 Inc. First Avenue Seattle, Washington 98101 Streeter /Dermanis & Associates Architects, AIA Seattle, WA DESIGNED: IJ /Il' T C T R ® King County Dept.. of Metropolitan Services DATE: AUGUST 1994 DRAWN: CHECKED: AM PO RECOMMENDED: SCALE: AS NOTED APPROVED: CONTRACT NO: T/010 -94 TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS ARCHITECTURAL DETAILS FILE N0: v • •, • • s111,1uii1;.< .I ,. DRAWING N0: TD03 SHEET NO: 1L OF ICZ • • CLASS 8 TENSION LAP SPLICE W MIN #4 ® 12 "EW 4 ® 12" EA SIDE EXISTING CMU 1 - #4 x2'-6"- - BOND BEAM REINF 5 #5 x 4' -0" EACH FACE, EACH CORNER CORNER CORNER (OPTIONAL) TYPICAL SINGLE CURTAIN EXTRA REINFORCING BARS EQUIVALENT TO BARS CUT REINFORCING BARS CUT BY OPENING CLASS B TENSION Q t LAP SPLICE 7IP 1- #5 HOOP EACH FACE CORNER CORNER (OPTIONAL) TYPICAL DOUBLE CURTAIN at 0) r 0026TD04 1 =1 SINGLE CURTAIN DOUBLE CURTAIN TYPICAL INTERSECTION REINFORCING AT WALL INTERSECTIONS NO SCALE MINIMUM SPLICE LENGTH (INCHES) CONCRETE— f'c= 4000 PSI BAR SIZE ad at TENSION LAP COMPRESSION LAP CLASS A CLASS B #3 12 14 14 18 12 #4 15 19 19 24 15 #5 18 23 23 30 19 12 22 28 28 36 23 #7 25 33 33 42 27 #8 29 37 37 48 30 #9 32 42 42 55 34 #10 39 50 50 65 38 #11 48 62 62 80 43 W MIN NOTE: 1. REINFORCEMENT IN OTHER DIRECTION SHALL BE TREATED IN A SIMILAR MANNER. 2. "W' AND "L" = DIMENSION OF OPENING. FOR CIRCULAR OPENINGS, "W' = DIAMETER. - 3. ALL OPENINGS IN WALLS AND SLABS LARGER THAN OR EQUAL TO 10" IN ANY ONE DIRECTION SHALL CONFORM TO DETAILS. 4. SEE MECHANICAL AND ARCHITECTURAL DRAWINGS FOR SLAB. AND WALL OPENINGS NOT SHOWN ON STRUCTURAL DRAWINGS. 5. SUPPLEMENTARY BARS MAY BE OMITTED ONLY WHERE OPENING I5 FRAMED BY BEAMS. - 6. OPENING DETAILS SHOWN ARE TYPICAL UNLESS NOTED OTHERWISE. REINFORCING AT WALL AND SLAB OPENING O NO SCALE REINFORCING MAY BE CONTINUOUS IN LIEU OF LAP SPLICE CLASS B TENSION LAP SPLICE PROVIDE STANDARD HOOK AT RESTRICTED BAR ANCHORAGE CLEAN & ROUGHEN INTERFACE AREA, COAT W/ BONDING COMPOUND 1 "0x 5 "± DEEP HOLE WITH NON- SHRINK GROUT EQUIPMENT PAD NO SCALE O REINFORCING BAR ANCHORAGE NOTES 1. DRILL INDICATED DIAMETER AND DEPTH HOLE IN EXISTING CONCRETE. IF MINIMUM EMBEDMENT PLUS MINIMUM REINFORCING COVER IS GREATER THAN TOTAL CONCRETE DEPTH, EMBED REINFORCING ONLY TOTAL CONCRETE DEPTH LESS MINIMUM REINFORCING COVER. 2. CLEAN HOLE THOROUGHLY WITH WIRE BRUSH AND AIR BLAST. DRY HOLE P12108 TO INSTALLING EPDXY GROUT AND NON -- SHRINK GROUT. 3. INSTALL EPDXY GROUT AND NON- SHRINK GROAT IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS. 4. ALLOW EPDXY GROUT AND NON- SHRINK GROUT TO CURE BEFORE APPLYING LOAD. 5. PROVIDE EPDXY GROUT UNLESS NOTED OTHERWISE. EPDXY GROUT OR NON- SHRINK GROUT, AS NOTED EXISTING CONC HOLE DIA GRADE 60 REINF r MIN EMBED TOTAL CONC DEPTH — ,- VARIES, NOT LESS THAN MIN REINF COVER REINFORCING SIZE #3 #4 #5 #6 #7 #8 EPDXY GROUT 16"00 12" 2- #4 ®16'00 2- #4 CONT 05 48 "00 I6"00 HOLE DIA (IN) 7/8 1 1 1/8 1 1/4 1 3/8 1 1/2 MIN EMBED (IN) 4 1/2 6 7 1/2 9 10 1/2 12 NON- SHRINK GROUT HOLE DIA (IN) 1 7/8 2 2 1/8 2 1/4 2 3/8 2 1/2 MIN EMBED (IN) 12 12 15 18 23 30 OUTSIDE CORNER INSIDE CORNER REINFORCING AT CORNERS O NO SCALE REINFORCING BAR ANCHORAGE NO SCALE 'i -o30 cm K KCM, Inc. 1917 First Avenue Seattle, Washington 98101 DESIGNED: MSL 2- #5 HOLLOW CMU SCREEN TUBE ADHESIVE ANCHOR -J CONNECTION TO EXISTING CMU 0 NO SCALE MASONRY WALL REINFORCING SCHEDULE WALL VERTICAL REINFORCING BOND BEAM REINFORCING JOINT REINF 8' #4 CN16 "OC 2- #4 CONT @ 48°00 16"00 12" 2- #4 ®16'00 2- #4 CONT 05 48 "00 I6"00 NOTE: 1. LAY MASONRY IN 48 " MAX LIFTS. FILL ALL CELLS AND BOND BEAMS CONTAINING REINFORCING WITI -I GROUT AS SPECIFIED. 2. MAXIMUM SPACING OF HORIZONTAL BOND BEAM COURSES = 48 "OC WITH ONE COURSE AT TOP OF WALL. 3. SCHEDULE APPL. IES FOR MASONRY WALL REINFORCING NOT SPECIFIED ELSEWHERE. MASONRY WALL REINFORCING O NO SCALE DRAWN: CHECKED: STS 9 -WGG RECOMMENDED: RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER w4P 4 , , e E F R ® King County Dept. of Metropolitan Services SCALE: AS NOTED TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS REVISION APPROVED: .i7I i7P Hrmuxnl. • xPw t +x:wN^ICOV U fv ,n CONTRACT NO: T/M18 -94 • STRUCTURAL DETAILS DATE: AUGUST 1994 FILE N0: DRAWING NO: TDO4 .Id 5 4 A -"DIA01( EXISTING PRESTRESSED CONC. TEE BEAMS 3-0± MAX 1 5/8x1 5/80 2 GA METAL FRAMING CHANNELS WELDED BACK TO BACK 5-0± TYP NOTE 1, ANGLE AARIES_ FR, OM 0' / TO 30' (NEED NOT MATCH OppOSITE LEG SEEI 2/1D06 I FOR EL ABOVE FINISH FLOOR .\\ SIDE VIEW 2 ANGLE VARIES FROM 0' TO 30' CONNECT CHANNEL TO EXIST. 1/Z0 FERRULE INSERT AT EACH TEE. TYP. PROVIDE BOLT AND WASHER BRACING 1 5/8x1 5/8x12 GA METAL FRAMING CHANNEL 2- 1 5/8x1 5/8x12 GA METAL FRAMING CHANNELS WELDED BACK TO SIDE, IYP SLOPE VERTICAL SUPPORTS 10: CLEAR OBSTRUCTIONS NOTES. BRACING EXHAUST PIPE SEE MECH. DWGS 1,. MIN CONNECTION. LISE 1/4"THICK 01 5/8"WIDE STEEL PLATE WITH 1/20 BOLTS TORQUED TO 50 FT-LB. EACH CONNECTION IS TO BE CAPABLE OF TRANSMITTING AT LEAST 1000 LB SHEAR AND 1000 LB TENSION. 2. FIELD VERIFY ALL DIMENSIONS. LOCATE REELS AS SHOWN ON MECHANICAL DRAWINGS. EXISTING OBSTRUCTIONS MAY REQUIRE THAT LOCATIONS BE ADJUSTED IN THE FIELD. VEHICLE EXHAUST REEL SUPPORT SCALE: 1/2" = 1 '-0" #4] 006'.oc 2- #4 CONT TYP VERT BARS 8" CAW WALL DECK CONNECTION TO NEW CMU WALL METAL DECK, GALVANIZED SCALE: 1" =1' - 0" METAL DECK ! PROPERTIES DEPTH = 2" GAGE = 20 1 = 423 M4 +S = .361 M3 -S = 370 IN FRONT VIEW, VEHICLE EXHAUST REEL, SEE MECH. DWGS #4 x2'-6"x COC HOLLOW 0103 SCREEN TUBE ADHESIVE ANCHOR (SET REBAR IN EPDXY K-1 FILLED HOLE WHERE CMU 0 GROUTED) EXIST CMU WALL • L5x3x3/8 CONT W/ 3/40 HOLLOW CMU SCREEN TUBE ADHESIVE ANCHOR @16" OC ALT W/ REBAR ANCHOR @)8" (USE DRILLED-IN EXP ANCHOR WHERE CMU 0 GROUTED) DECK CONNECTION TO EXIST CMU WALL SCALE: 1" =1 No. REVISION DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 I 5/8"xl 5/8" o12" GA METAL FRAMING CHANNEL —N - - - --- - re, 1 SQ 11 11' 1 G-I 1/2'0 BOLTS, TYP --- PL 1/4 1 1/4" I - L4x3x1/4 MECH DWGS FOR 10' 0 EXHAUST PIPE ,D TYP SEE 4 , VEHICLE EXIST PRESTRESSED CONC TEE BEAMS EXIST 1/28 FERRULE INSERT, TYP. PROVIDE BOLT & WASHER REFLECTED PLAN DETAIL SCALE: 1" '--0" TYP 1 4 1 1/2" BENT PL 3/8x6x4 EA SIDE OF WALL W/ 3/40 THRU BOLT AT EA END Sxo, EXIST EMU WALL CMU WALL ELEVATION SCALE: 1/2" - 1 '-0" DESIGNED mst_ DOOR JAMB, SEE ARCH DWG`, 3/80 HOLLOW CMU SCREEN TUBE ADHESIVE ANCHOR 024" 00 EA JAMB, TYP SAW -CU I EXIST CMIJ WALL AT DOOR 0180, SEE ARCH DWGS COLLAR PL .3/16'x3" SECTION SCALE' I" = 1 ' —0" SECTION 3/40 BOLT PROVIDE MORTAR BETWEEN STEEL ANGLE AND CMU, SEE ARCH DWGS FOR SEALANT AT DOOR FRAME SCALE: 1 1/2" = —0" 0110 RO? 'Vorvw, AUG 36 1994 PERMIT CENTER 111 ETROKing County Dept. of Metropolitan Services DRAWN, rED: JLF WGG RECOMMENDED SCALE! AS NOTED APPROVED. CONTRACT NO 1/418-44 TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS STRUCTURAL DETAILS A Emmorx. ficri■ • • V • DATE. AUGUST 1994 FILE NO! DRAWING NO TD05 SHEET NO 00 . 4. ,00. WELD TRANSITION .DUCT. TO DISCHARGE DUCT :' TRANSITION DUCT 13 °x11 "TO 24 "-x11 ", 14 GA FLEXIBLE CONNECTION STACK HEAD 18" INSIDE DIA. 5/8" DIA. SST BOLT , &,`WASHER '.- 1 12" "DIA SPACER-.; 1 /2' THICK LOCK NUT c' WASHER TACK WELDED- TO DISCHARGE DUCT J DD 30' 5' -0" DISCHARGE DUCT NOTE TRANSITION 90° ELL (MINIMUM 5 GORE) De—Di (1 "MIN. OR 12 "MAX.) DISCHARGE DUCT AND STACK HEAD, ALUMINUM ALLOY 3003 -H -14 14 GAUGE OR THICKNESS AS NOTED, WELDED CONSTRUCTION. SECTION SCALE: 1 1/2 " =1' -0" ELEVATION. SCALE: T/4 ". =1' -0" SECURE W/ 1/4" BOLTS & NUTS. SECURE NUTS TO BACK OF FLANGE COLLAR SAME MAT'L. & GAGE AS DUCT COVER- .125 THICK PLATE. ROUND OFF CORNERS & BREAK ALL EDGES WYE 30° CONVERGING FOR STRUCTURAL SUPPORT, :.. SEE MOTORIZED. DAMPER, SEE FOR CONTROLS 1/4" THICK GUSSET - 8 REQUIRED 00 \AVDc —02 (1" MIN. OR 12 "MAX.) SYMMETRICAL WYE 01 -D2 OR 4" MIN & 12" MAX TO TEMPERATURE CONTROL SYSTEM`' MAIN AIR SUPPLY,. 10 "0 ELECTRO- PNEUMATIC VALVE. SUPPORT FROM REEL BRACKET FLEXIBLE CONNECTION SUPPLIED W/ REEL. VEHICLE. EXHAUST REEL. VEHICLE EXHAUST HOSE 5/8" DIA. SST BOLT & WASHER AND EXPANSION ANCHOR WITH 4" EMBEDMENT BASE FLANGE 3/8" THICK 29" DIA. 26 " DIA. BOLT CIRCLE SECURITY CHAIN SECTION SCALE: 1 1 /2" =4' -0" CLEAN OUT (CO) OC SCALE: 1/2" =1' -0" ECCENTRIC DIFFUSER VEHICLE EXHAUST DUCT DETAILS SCALE: 1 /4" =1' -0" 1/8 "THICK BOTTOM PLATE. WELD ALL AROUND DISCHARGE DUCT HANDLE 1/2" TYPICAL VEHICLE EXHAUST REEL ELEVATION SCALE: 1/4 " =1' -0 EXPANSION ANCHOR EPDXY - 1/8" THICK NOTE: REMOVE ROOFING TO BARE CONCRETE CLEAN SURFACE. FOR REPAIR OF BUILT -UP'. ROOFING. SEE DETAIL MAKE RELIEF VALVE OF SAME MATERIAL AND THICKNESS AS DUCT PRESSURE SENSITIVE RELEASE LATCHES SET TO OPEN AT 16 "WG NEGATIVE PRESSURE IN DUCT 04 REVISION DAT DETAIL SCALE: VACUUM RELIEF VALVE 0 SCALE: NONE KCM, Inc. 1917 First Avenue Seattle, Washington 98101' PALI -03.26 DESIGNED: EJM 60. DRAWN: CHE ED. SS /JF MS188 RECOMMENDED: APPROVED: E CITY R CF CEIVED TUNWILA AUG 3 0 1994 PERMIT CENTER ., m E T 0 Icing County Dept. 01 Metropolitan Services DATE. AUGUST 1994 SCALE: AS NOTED CONTRACT NO, T/M18 -94 TRANSIT FACIUTY IMPROVEMENTS TYPICAL DETAILS MECHANICAL VEHICLE EXHAUST DETAILS •' FILE N0: DRAWING No: . TD06 SHEET N0: 1 J OF 0 00 - oN B.' E- 0 m J 1/4" BOLTS AND EXPANSION ANCHORS, '4 REQ'D ,3/1 6 1 1/2" ALUMINUM TUBING .060. 1/2" EDGE DISTANCE 3/16 1/4 20 1/4 NOTE: BREAK ALL EDGES AND ROUND OFF ALL CORNERS CANE SUPPORT DETAIL SCALE: 1 1/2 " -1!. -0 1" R 1/8 "0 STAINLESS STEEL :ROD TOP PLAN TENSION SPRING 3" LONG RELAXED 6 LONG. EXTENDED 5L8 TENSION NYLON ROPE #10 SCREW n 1 "0 WOOD DOWEL HANDLE BRACKET 1 1/4 "WIDE 1/8 "THK ROUND OFF END NOTE: MAKE 12 FOR EACH BASE (ATLANTIC, EAST, & SOUTH). TOTAL OF 36 6 1/2" LATCH MAKE FROM AL ALLOY 3003 -H -14, 14GA (.060" ) 3/ 6 r TYP .BOTH SIDES 06 BRACKET 1"0 ALUMINUM TUBING 4x4x1/4" NEOPRENE PAD CEMENTED. TO 4x4x1/8" SHEET. co: BREDA CANE DETAIL SCALE. 1 1 /2' -=1'70' FLEXIBLE CONNECTION Co VEHICLE EXHAUST FAN 10 n CORE DRILL HOLE 11 "IN DIA EDGE OF HOLE NO CLOSER HAN 8" TO OF TEE STEM DUCT SUPPORT FAN SUPPORT BRACKET TOP OF REEL 13' 4 "AFF HOSE REEL SECTION SCALE: NONE 5.8, 5.5'4 3 02 2p• 201 5.5 "R I� 4x4x1/4" NEOPRENE PAD " TUBING 8.55" 20.42" MAKE FROM AL ALLOY 3003 -H -14 14GA (.060 ") WELDED CONSTRUCTION HANDLE SEE DETAIL 8 5.5" NOTE: MAKE 12 FOR EAST AND SOUTH BASE TOTAL OF 24. FLYER CANE'DETAIL. SCALE: 1 1 /2" -1 ' -0" OD 4. TEMPERATURE CONTROL SYSTEM - MAIN AIR SUPPLY. CONNECT TO EXIST AS FOUND 25 PSIG. COMMON ELECTRO- PNEUMATIC VALVE, 120V 1 PHASE, 9' WATTS. DAMPER -AIR TO OPEN, SPRING TO CLOSE 1 /4 "m TUBING NORMALLY CLOSED 120V -WIRE TO MICRO SWITCH ON REEL NORMALLY OPEN DETAIL SCALE: NONE COLUMN 1 "0 STL ROD 40" NOTE: ALL WELDED CONSTRUCTION FINISH WITH ENAMEL PAINT, BLACK COLOR. PLAN CANE SUPPORT DETAIL SCALE: 1 1/2" =1' -0" f:.qq 0320 MOTORIZED SHUT OFF DAMPER. COMPLETE WITH DAMPER OPERATOR. 1x1x1/16 L STEEL ANGLE ELEVATION TACK WELD TO COLUMN CORNER ANGLE 1 1/2x1/16 THK STEEL PLATE RECEI CITY CF TUKVEC WILA AUG 3 0 1994 PERMIT CENTER 0 !i4 z z0 40 � U No. REVISION BY DATE KCM,. Inc, ... 1917 First Avenue Seattle, Washington 98101 DESIGNED: EJM „sty` DRAWN. CHECKED:„., DV /JF MSL" fit T E T R ® King County Dept. of Metropolitan Services DATE: AUGUST 1994 RECOMMENDED: SCALE: AS NOTED APPROVED. CONTRACT N0: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS MECHANICAL VEHICLE EXHAUST DETAILS FILE N0: DRAWING N0: TD07 SHEET N0: f6 OF12Z 0, Fr • G, • nfu'ifl �sn,. 5 4 C • • • E F • G H i6 4) z 0.1 NOTES: (V� l ROOF PLAN 1 USE 1/2" THICK PLYWOOD SHEATHING FOR TEMPORARY SCALE: 1/16" = 1' -0" ROOF PROTECTION. SHIM AS REQUIRED TO AVOID ROCKING, PROTECT ROOF FROM ROOF ACCESS (STAIRS) TO ALL WORK AREAS UNDER THIS CONTRACT, REMOVE TEMPORARY PROTECTION AFTER COMPLETION OF WORK, SEE SPECIFICATION SECTION 01014, 1.09 B. (f) IY4 4Thao o-- KEY PLAN CITYROFETUKWILA AUG 3 0 1994 PERMIT CENTER • • No. REVISION BY DATE KCM, Inc. 1917 First Avenue Seattle, Washington 98101 allol Streeter /Dermanis & Associates Architects, AIA Seattle, WA DESIGNED: IJ S.� M E T R ® King County Dept. of Metropolitan Services DATE: AUGUST 1994 DRAWN: CHECKED. AM PD RECOMMENDED: SCALE: AS NOTED APPROVED: CONTRACT NO' T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - VEHICLE EXHAUST ROOF PLAN FILE NO DRAWWNO NO: A101 SHEET NO: l,l OF10Z • • • 7 T E EXIST Ci jG ❑ STAIRS I ri ❑ ------- " - - " "1 — {i ❑ frg J 1� I r -1 1: ■r, ID T S v MPORARY RO F PROTEC-ION E NOTE 1 P �❑ III C7 PLATFORM SEE MECH 1111 ❑ SIM D _ C, SIM B F ❑ CURB DWG FOR OC ___ EXIST WAL WAY PADS, TYP LIMIT OF REROOFING — TD03 I 1 fir : - 11� , 1[=1 -.rr._ j r' . I ❑ C -_; ❑ rte- ,C'.Tt 1 1 L 1 _; L '-1 r 1 .; p , I- I- . lICE I ��/ n L '-_ -- -_- _ -___. ...._---- __. - - - -_ .L 1_ / AIR H UNIT NDLING UNIT EE Algli TYP. WIDE TYP ■ SEE M FOR L 0 L CH DWGS CATION TEMP ROOF PROTECTIO INSTALL 3' WALKWAY "ADS, u ■ PLATFORM SEE no FOR LOCATION [1 CURB - ECH DWGS ❑ I I I = 011 Itid.; �. '�� �" "` / LIMIT OF REROOFING 0 �" J [11 DUCT SEE MECH DWGS FOR LOCATION LIMIT OF rra I I ��� Q REROOFING TYP'tj1� I %Er SIM _ - - -- 1 1 0.1 NOTES: (V� l ROOF PLAN 1 USE 1/2" THICK PLYWOOD SHEATHING FOR TEMPORARY SCALE: 1/16" = 1' -0" ROOF PROTECTION. SHIM AS REQUIRED TO AVOID ROCKING, PROTECT ROOF FROM ROOF ACCESS (STAIRS) TO ALL WORK AREAS UNDER THIS CONTRACT, REMOVE TEMPORARY PROTECTION AFTER COMPLETION OF WORK, SEE SPECIFICATION SECTION 01014, 1.09 B. (f) IY4 4Thao o-- KEY PLAN CITYROFETUKWILA AUG 3 0 1994 PERMIT CENTER • • No. REVISION BY DATE KCM, Inc. 1917 First Avenue Seattle, Washington 98101 allol Streeter /Dermanis & Associates Architects, AIA Seattle, WA DESIGNED: IJ S.� M E T R ® King County Dept. of Metropolitan Services DATE: AUGUST 1994 DRAWN: CHECKED. AM PD RECOMMENDED: SCALE: AS NOTED APPROVED: CONTRACT NO' T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - VEHICLE EXHAUST ROOF PLAN FILE NO DRAWWNO NO: A101 SHEET NO: l,l OF10Z • • • 7 CRANE SUPPORT BRACKET DETAIL TYPICAL 4 PLACES D TD06 12 I:'' 0/' 250 1J M 1. '' 'TP.)--,1 1C 0 Ji +2N INSTALL NEW 17 "O BELL MOUTH TO NEW OPENING IN EXIST DUCT PATCH DUCT, REINFORCE AS REQUIRED REMOVE EXIST MEF -9 14 "0 VEF101 x I , .500 CFM I.. 2 FIRE LINE UP VER 1 VER 102 CONNECT NEW 17"0 TO 20x19 EXIST DUCT FLEXIBLE. CONNECTION BOD 19'AFF -- REMOVE EXIST DUCT DOWN TO FLOOR. PLUG DUCT IN FLOOR WITH CONCRETE PATCH. FINISH FLOOR TO MATCH EXISTING. BOD ' 19'AFF SEE +i VER '1C SECTION SCALE: 1/4 " =1' -0" IVeR 5 10 0 VACUUM RELIEF VALVE, SEE C w 170 UP, CONNECT TO EXIST 20/19 DUCT Cr.V 17 W UP To MATCH LINE (SEE DRAWING M102 KCM, Inc. 1917. First .Avenue Seattle, Washington 98101' -.. DESIGNED: EJM CHECKED, RJM MS L7 /9 RECOMMENDED, KEY PLAN w:J Cpl U Z °z °E o U w 4 CITY OFETUKWILA _• V 6(16301994 x PERMIT CENTER. Q "METRO King County Dept. of Metropolitan Services e► SCALE: AS NOTED TRANSIT FACILITY IMPROVEMENTS SOUTH BASE — VEHICLE EXHAUST No.. REVISION DATE APPROVED: CONTRACT N0: 2/018 -94 PARTIAL FLOOR PLAN DATE: AUGUST 1994 FILE N0: ' 004000 NO M101; SHEET N0: OF 16 `OZ R 5C' n JP__ ---2cA. 2 UP 20 1 0 1 VEE 1 I 6 111 r VER11 1 0 "0 P THRLI OOF SUPPS "T FAN WITH K EE BRAC K • TS FRO ALL 04 2/12 DN TO 20/8 2 8/6 1314 "„/ 3 IYP. j -i ►111 in 1 CANE. SUPPORT BRACKET DETAIL FLEXIBLE CONNECTION EXISTING FAN MEF -7- BOD 18' -8 " AFF -\ FLOOR AIL �e. 4 VEFI102 SECTION SCALE: 1/8 " =1' -0" 1• 0 V CEM x_63_' 0 i �� 17 0 T-1SEE%1T W DWG 02 Q — _ -- jBOD 18' B..AFF CO V7F' - -- 3a IJP'1A, .. 1 ,., Y; ■ lh CA. a SUPPORT BR:,(�KET DETAIL TY IQAL 4 PLACES all ., \:.,.L4,./.1:_i__ J :: <it; .38/1 B. �� -.. i i 6 , 0 , ,1i II' ,, 1 �. i7, ... vi0o - -'F •� \4.v sS 18 la< ,ii�. 1 '' .� 1 ��` i1 a ... 0��� L - • i 1 I - 170 ---- -"_- - _ 1 ' it - - - I r. v BOD AFF 1 VACUUM RELIEF VALVE 7 VER 113 9 a.j 7C VACUUM VALVE i 6 1 RELIEF ; .. 181-8". am. 2' .IF_' - '.TYPI f AFF i� 71: -.1-11--.1-11-r- FLOOR A _ VER 1 STRIPING, VER co 112 INI T-, .I. �L .,; - , -� r 10 "TYP ,. _ -'1 .--1 4 "0 -' Gl I- VER T f 114 1 O-0 - - , . ' 1 10 "0 nE■//■■•auiiE1 `[..15' I ■ 11 14 0 co— 119 V!R I �' i i K 0 7• �1 ----r+ 10' 10 7 2' VER 109 14 "0 - CO 1 :1:-...11 ' BCD. 1 TO ' - %"' - L "-1 VER 118 ' -' , _ i - o \ - -- " -` - -- " VE _ BOD 18' -6' AFF f I CRANE SUPPORT ..- BRACKET DETAIL TYPICAL 4 PIACESArk L C I I rE 1 I\ + Y VER 10£n� in 7— VER 110 r n 17 "0 -� �- ,.i 17" 17 "UP TO VEF -103 ON „I �.�,,. ROOF V- �:� �r- F -f)=a; ry ( r,.� J__ 1 ,<; r. CO TYP SEE® . • REMOVE EXIST DUCT PLUG DUCT WITH CONCRETE FINISH FLOOR TO MATCH 18• -8 AFF EXIST FAN MEF -B -- VEF 103 CONNECTED TO EXIST. DUCT, SEE DWG M103 CONNECT NEW TO EXIST REMOVE EXIST 24x12 DUCT PLUG DUCT BELOW FLOOR WITH CONCRETE FINISH FLOOR TO MATCH EXIST PARTIAL FLOOR PLAN OA SCALE: 1/8" =1' -0" SECTION SCALE: 1/8 "= -0" KCM, Inc. 1917 First Avenue Seattle, Washington 98101 DESIGNED. EJ M DRAWN: CI4PCNER RJM MSLAX RECOMMENDED. APPROVED'. • B • e.wnes NOTE: FOR DUCT PENETRATION THROUGH CEILING ACOUSTICAL PANEL, SEE DRAWING TD03. INE M101) 0 R Pr / PECEIVED w CITY OF TUKWILA w N AN 30 (—® sssa °_�� 1 PERMIT CENTER 4 u 14 2 11 U KEY PLAN 111ET!"1O King County Dept. of Metropolitan Services scAEe. TRANSIT FACILITY IMPROVEMENTS AS NOTED SOUTH BASE — VEHICLE EXHAUST CONTRACT NO. T /M18 -94 PARTIAL FLOOR PLAN F G rt31 ":1.111,' DATE: AUGUST 1994 ► FILE N0' DRAWING N0: M102 SHEET NO'. rq OF1O2. X -, E • G • H • 1_] I SEE. I,. J '.'DISCHARGE DUCT & STACK HEAD 1Ir AHU101 SEE PART PLAN ON DRAWING M121 [_1 BAY 3 CO CO CA r TO N 0 0 N CO cn 1 co LD N O BAY 4 ROOF PLAN SCALE: 1/16" =1' -0" BAY 5 1AT 17 BAY 16 BAY 15 BAY. 14- BAY 13 BAY 12 ❑ ❑ Li REMOVE XISTING MEF -9 INSTALL F -101 L_ _ 1 IJ ❑ I -- SEE SIMILAR t I�I 1 . 1,L • 1■ EXIST 20x19 i l DN 5' -8" 3.1 .. I � LL. III L1 ❑ SEE Ank REMOVE rXISTING MEF -8, IIIJSTALL VEF -103 Mir i \ EXIST 24K12 DN BAY 6 BAY 7 BAY 8 BAY 9 1 I BAY 10 i BAY 11 Q VEHICLE EXHAUST FAN SCHEDULE MARK NO. TYPE CFM SP FAN SPEED OUT VEL MOTOR 60 HZ MODEL IN WG RPM FPM HP VOLT VEF 101 CENTRIFUGAL 3000 9 1873 3225 10 460 PH 3 MANUF TWIN CITY FAN TYPE RBA SIZE 913 VEF 102 CENTRIFUGAL 3000 9 1873 3225 10 460 3 TWIN CITY FAN RBA 913 VEF 103 CENTRIFUGAL 3000 1873 3225 10 460 3 TWIN CITY FAN RBA 913 VEF 104 II CENTRIFUGAL 1000' 3341 3703 3 460 3 TWIN CITY FAN RBA 907 FLEXIBLE CONNECTION -\ VEF 103 VEF 101 SIMILAR BELL MOUTH REMOVE EXISTING MEF -7, INSTALL VEF -102 17'0 DUCT DN SAW CUT EXIST. OPENING TO 18 "DIA FOR NEW DUCT t3�i�l -o3ao No. REVISION'. 8X DATE KCM, Inc. 1917 First Avenue Seattle, Washington 98101 DESIGNED. EJM DRAWN: CITE JLF MSLl/47' DETAIL SCALE: 1/2" =1' -0" 17"0 VEF 103 14'0 VEF 101 DISCHARGE DUCT AND STACK HEAD RECEITVED CITY OF UKWILA AUG 3 0 1994 PERMIT CENTER 46111ETR 0 King County Dept. of Metropolitan Services ► DATE: AUGUST 1994 SCALE: RECOMMENDED: APPROVED: AS NOTED CONTRACT N0: T/Ml8 -94 TRANSIT FACIUTY IMPROVEMENTS SOUTH BASE - VEHICLE EXHAUST ROOF PLAN & SCHEDULES FILE NO: DRAWING N0: M103 SHEET N0: to Of /oz 4 3 � w NOTE 3 TYP OF 4 3OMCP SEE NOTE 1 11/4"GRS, 3 #2, 1 #8G(N) 100 o— 34 "C,3 #10,1 #12G(N) 03 MCP 3 EXIST. PLUG BUS #2. (PB -2)(B) 400A, 480V, 3PH J 100 )3 30 3 y 20 30 /13 3n~ 30 do- e3 NOTE 1 NEW PNL 'Cr 480V, 100AMP 3PH, 3W 30. CKT 14,000 AIC 30MCP 3 0 10 VEF -101 VEF -'102 VEF -103 ONE- LINE DIAGRAM 3'a "C,3 #12,1 #12G(N) 7MCP 3 l WC, 3 #10,1 #12G(N) 34 "C, 3 #12,1 #12G(N) 31� MOTOR PER DIVISION 15 VEF -104 EXISTING EQUIPMENT TO BE REMOVED UNIT DESCRIPTION FEED CONTROL MEF -7 EXH, FAN, INSP. SHOP _ PB -I ON -OFF -AUTO MEF-8 EXH FAN, CHASSIS SHOP SOUTH PB -I ON -OFF -AUTO MEF -9 EXH, FAN, CHASSIS SHOP NORTH PB -I ON -OFF -AUTO VEF -104 EXH. FAN, AT HOSE REEL QE ON -OFF -AUTO (VER -121 ) NEW EQUIPMENT TO BE INSTALLED UNIT. DESCRIPTION FEED CONTROL VEF -101 .EXH. FAN, CHASSIS SHOP SOUTH QE ON- OFF - AUTO.- (VER -101, 102, 103, 104, 105, 106) VEF -102 EXH. FAN, CHASSIS SHOP NORTH QE ON -OFF -AUTO ( VER - 115,116;117,118,119,120). VEF -103 EXH. FAN, INSP SHOP QE ON -OFF -AUTO ( VER - 107 ,108,109,110,111,112,113,1'14) VEF -104 EXH. FAN, AT HOSE REEL QE ON -OFF -AUTO (VER -121 ) SCHEDULE HVAC EQUIPMENT NO SCALE No. REVISION BY DATE 480V, 3 -PH FROM PNL 'QE' P MOTOR CONTROLLER CONTROL SWITCH, ONE LOCATED AT EACH VER (REMOTE) NOTE 2 (TYPICAL FOR MULTIPLE VER'S, AS INDICATED IN EQUIPMENT SCHEDULE, THIS DRAWING) OL'S } DL'S 480V CPT OFF HAND Nk 4 AUTO F a I i° II - f CR .5-0 0 II H -0 -A SWITCH (REMOTE) NOTE 2, E102 L NOTE 5 -� ✓ • 1 I I -___/ I 0 L L - - - -_I M M L. - - J INDICATING LIGHTS (REMOTE) — I • i VI I 1 I — J SOLENOID VALVE ONE'" LOCATED AT EA. VER L_ P11-1--o3Do K C'i KGM 1917 First Avenue Seattle Washington 9810 ELCON ASSOCIATES, INC ENtlNE6i8 - CONBLITANTB 15215 52ND AVENUE 800TH; SURE 24 SEATTLE, WASHNOTON 98166 • `(2081243 -5022 rcr 414LI ADLelmcno1CYi:S:,'tik :E'.. Ibl.. f..:.::'. 5....,._!_!»i `LMdF3D"3[ti'.�::3k1'• g P.."FY{..m".:diY •p s.m r.�.LC..,,F'tr` J MOTOR CONTROL SCHEMATIC DIAGRAM TYPICAL FOR -VEF -101, VEF -102, VEF -103, VEF -104 NOTES: PROVIDE NEW BREAKER /DISCONNECT ON EXISTING PB -1 FOR NEW LOAD. 2. PROVIDE 3/" GRS CONDUIT 50/3 #12, 1 #120 AWG WIRES BETWEEN VEHICLE EXHAUST REEL (VER) SWITCHES AND MOTOR STARTER. SEE MECHANICAL DRAWINGS FOR VEHICLE EXHAUST REEL LOCATIONS. 3. PROVIDE NEW COMBINATION MOTOR STARTER /DISCONNECT SWITCH MOUNTED ON FAN UNIT. 4. INSTALL CONTROL STATION WITH H -0 -A SWITCH AND INDICATING LIGHTS FOR EACH EXHAUST FAN. INSTALL STATION 5-0" AFF ON THE WALL OR COLUMN INSIDE THE MAINTENANCE BUILDING AS CLOSE TO THE EXHAUST FAN STARTER AS POSSIBLE. RECEIVED 90Y 0R TUKWILA 5. CONTROLS SWITCHES AND SOLENOID VALVES BY DIVISION 15. AUG 301994 PERMIT CENTER DESIGNED: EC/ � m E T R ® King County Dept. of Metropolitan Services DATE: AUGUST 1994 DRAWN: AMH CHECKED: DOS RECOMMENDED: SCALE: NO SCALE APPROVED CONTRACT N0: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - VEHICLE EXHAUST ONE -LINE DIAGRAM & SCHEDULES E NO DRAWING N0: E101 SHEET N0'. 21 O ot. • E_.. .. -4.. .,..,-._ ,.. �. ,...:.0 ..w,..�:.. _.. .. _...._ H f ooT B G (r) h�l (. POWER PLAN - ROOF SCALE: 1/16 " =1' -0" lJ ..v.c IJ O (TO VER - 107,108,109,110, 111,112,113,114) NOTE 4 b9i-10240 No. REVISION Ia.erpf.:P Id a ,a . f A . . v25 V BY DATE KCM KCM Inc. 1917 First Avenue Seattle Washington 98101 IJ ER- 101.102,103,104,105,106) 4 NNECT OTOR VEF -102 A SWITCH 2 (TO VER- 115,116,117,118 119,120) NOTE 4 R CONTROLLER MA 3R ENCLOSURE FAN MOTOR MEF -7 E REMOVED) 1 MOTOR CONTROLLER IN NEMAI 12 ENCLOSURE (MOUNT ON WALL 5' -0 AFF)�IIII AT RIIEL FAN MOTOR VEF -104 (TO VER - 121) NOTE 4 I I ELCON ASSOCIATES, INC ENGIEBRS cON6,ULTANIO 1591559/0 mete scum, MUTE 24 SEATTLE, WASHW0TON 96(86 (2061243 -0022 DESIGNED E0 DRAWN: RHW CHECKED DKS RECOMMENDED: APPROVED: NOTES: PARTIAL POWER PLAN - FIRST FLOOR SCALE: 1/16 " =1' -0" O 1. PERFORM DEMOLITION PER DIVISION 1, SECTION 02050 - "DEMOLITION, EQUIPMENT SALVAGE, CUTTING AND PATCHING ". REMOVE EXISTING EXHAUST FANS, MEF -7, MEF -9 AND MEF -9, DISCONNECTS, MOTOR STARTERS, CONDUIT AND ASSOCIATED WIRING. 2. INSTALL CONTROL STATION WITH H -0 -A SWITCH AND INDICATING LIGHTS INSIDE THE MAINTENANCE BUILDING FOR EACH EXHAUST FAN. INSTALL STATION +5' -0' AFF ON THE WALL OR COLUMN INSIDE THE MAINTENANCE BUILDING AS CLOSE TO THE EXHAUST FAN STARTER AS POSSIBLE. 3. PROVIDE Y "C W/4914 TO SOLENOID VALVES AND CONTROL SWITCHES CROTWLA 0 '^ AUG 3 0 1994 4 u PERMIT CENTER z AT VEHICLE EXHAUST REELS (VER'S). 4. SEE MECHANICAL DRAWINGS FOR VEHICLE EXHAUST REEL LOCATIONS. 496 ®w m E Y R ® King County Dept of Metropolitan Services SCALE: CONTRACT NO T/M16 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - VEHICLE EXHAUST POWER PLAN DEMOLITION & CONSTRUCTION • DATE: AUGUST 1994 LE NO DRAWING N0: 5 3 z E102 7 SHEET NO ZZ O 102 IT- — II — III -51 _ BAS :S - .PAY 14 U -BAY _... n �_-- PNL C + 1N -MAINT ( 9AT .. y �) 2" AFF NANCE BUILDINt" XIST. TO REMAIN) `j-� � L_L El I� ---, LJBELOW ---•;� XIST PB -12(B) BELOW ROOF TO REMAIN) L. n I ! EXIST PB11(C) ROOF TO ❑ BELOW REMAIN r [41 1 as C.3b2,1#8G 1 APPROX 18'AFFI j _' _ Z —. EXIST. FAN MOTOR MEF -9 I , (TO B REMOVED V: D' , • NEW PLUG BUS - A TO BREAKER ! 1t. `A (TO V NOTE hi-1 VIA /DISCI FAN A -J I ' `L`-1' �� _Fri u CIRCUIT BREAKER MEE_ H -I NAT -A SWITCH =. �_�' p 10 r Wp _ IIII - . L y-' v �-1 CI -- - - I L _-I r_ L_J - -- --- �-- PNL'QE' MOUNT FLOOR BELOW +72" LFF ON EAST SIDE OF COL MN, GRID 6B (REMOVE EXITING LADDER RACK) �L -- -L-� jl C(30 1 ��I PN •E' l # 10 - PNL.'OE'j H -O- NOTE - L 1J C El I C_.1 - -- ii L ,. MOT( El J L J - C(30) i . = ^ L 06 o■. 10 %h., 1 I I� FI_. TO -T 6 NOTE BREAKER /gISCONNECT S — -- I-� LJ IN N �.J -- ❑ -- - IN N EEMAIFI3RTROENCLOSURE �Jr - -- - - -- P - 1 1 BE ROVET MEF A1FANJ MOTOR I I --- - -/ EXIST. (TO B NOTE -8 BA, 2 BA 3 1 15, 4 i BAY 5 A J BA I' 5 BA: T BA) a H- 0- 1 �/!�/ BA - AY Fi6N MOTOR SWITCH • Vg+ -1103 h�l (. POWER PLAN - ROOF SCALE: 1/16 " =1' -0" lJ ..v.c IJ O (TO VER - 107,108,109,110, 111,112,113,114) NOTE 4 b9i-10240 No. REVISION Ia.erpf.:P Id a ,a . f A . . v25 V BY DATE KCM KCM Inc. 1917 First Avenue Seattle Washington 98101 IJ ER- 101.102,103,104,105,106) 4 NNECT OTOR VEF -102 A SWITCH 2 (TO VER- 115,116,117,118 119,120) NOTE 4 R CONTROLLER MA 3R ENCLOSURE FAN MOTOR MEF -7 E REMOVED) 1 MOTOR CONTROLLER IN NEMAI 12 ENCLOSURE (MOUNT ON WALL 5' -0 AFF)�IIII AT RIIEL FAN MOTOR VEF -104 (TO VER - 121) NOTE 4 I I ELCON ASSOCIATES, INC ENGIEBRS cON6,ULTANIO 1591559/0 mete scum, MUTE 24 SEATTLE, WASHW0TON 96(86 (2061243 -0022 DESIGNED E0 DRAWN: RHW CHECKED DKS RECOMMENDED: APPROVED: NOTES: PARTIAL POWER PLAN - FIRST FLOOR SCALE: 1/16 " =1' -0" O 1. PERFORM DEMOLITION PER DIVISION 1, SECTION 02050 - "DEMOLITION, EQUIPMENT SALVAGE, CUTTING AND PATCHING ". REMOVE EXISTING EXHAUST FANS, MEF -7, MEF -9 AND MEF -9, DISCONNECTS, MOTOR STARTERS, CONDUIT AND ASSOCIATED WIRING. 2. INSTALL CONTROL STATION WITH H -0 -A SWITCH AND INDICATING LIGHTS INSIDE THE MAINTENANCE BUILDING FOR EACH EXHAUST FAN. INSTALL STATION +5' -0' AFF ON THE WALL OR COLUMN INSIDE THE MAINTENANCE BUILDING AS CLOSE TO THE EXHAUST FAN STARTER AS POSSIBLE. 3. PROVIDE Y "C W/4914 TO SOLENOID VALVES AND CONTROL SWITCHES CROTWLA 0 '^ AUG 3 0 1994 4 u PERMIT CENTER z AT VEHICLE EXHAUST REELS (VER'S). 4. SEE MECHANICAL DRAWINGS FOR VEHICLE EXHAUST REEL LOCATIONS. 496 ®w m E Y R ® King County Dept of Metropolitan Services SCALE: CONTRACT NO T/M16 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - VEHICLE EXHAUST POWER PLAN DEMOLITION & CONSTRUCTION • DATE: AUGUST 1994 LE NO DRAWING N0: 5 3 z E102 7 SHEET NO ZZ O 102 BOILER ROOM 110 . STAR No. COMP a UNIT STDR 122 SUPERV REMOVE EXIST, DOORS EXIST. FRAME TO ��//4, REMAIN IN PLACE TOOL CART STOR, 115 ELECTRONICS SHOP 129 SECURE. STORAG 128 2B1 SECR PASSAGE 1, -2,. / /// i EXIST.' CMU' WALL ELECTRONICS GRIND CONCRETE FLOOR SHOP AS REQ'D FOR FREE 129 OPERATION OF DOOR IN THIS AREA 129) AMAX Mr v® DEMO'. & REMOVE EXIST CMU FOR INSTALLATION OF NEW. DOORS TIRE SHOP 127) BRAKE SHOP 126 STEAM CLEANING I ELECTRONICS []I 129 9 9 2 1 L UI STEAM GENERATOR ROOM RAT 120 FIELD'. VERIFY DOOR LOCATION TOE. ALIGN SAWCUTS W/ VERT. JTS. STEAM GENERATOR RM ''.120 y_ FIELD VERIFY DOOR LOCATION TO ALIGN SAWCUTS W/ VERT. JTS. STEAM GENERATOR RM 120 LADDER 3 IL DRUM STORAGE 119 PARTIAL FIRST FLOOR DEMOLITION PLAN SCALE 1/4" = 1' -0" REMOVE PORTION OF TO ALLOW ROOM FOR DOOR PATCH ALL HOLES IN WALL W/ NON— SHRINK GROUT AFTER REMOVAL OF RACKS MATCH COLOR PARTIAL FIRST FLOOR PLAN SCALE: 1/4" = 1' -0" 2 NOTES: 1. SEE SHT. TD01 FOR DOOR SCHEDULE SCALE: '.1 / 16" = 1 '-0" E5gJ. OWD STEAM VEST. GENERATOR 129A '/ • RM 120 LIGHT FIXTURE, TYP ACST CEILING. 0 .— CITY OF 100501A APPROVED NOV 1 6 1994 AS NOTED BUILDING DIVISION PARTIAL REFLECTED CEILING PLAN o- SCALE: 1/4" = V-0" KEY PLAN 66061569 CITY OP TUKWIIA AUG 3 0 1994 PERMIT CENTER REMSION BY DATE Kai KCM, Inc. 1917 First Avenue Seattle, Washington 98101 Streeter/Dermanis & Associates Architects, AIA Seattle, WA DESIGNED: IJ DRAWN: AM CHECKED: PD RECOMMENDED: SCALE: AS NOTED TR 0 King County Dept. or Metropolitan Services TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - ELECTRONIC SHOP APPROVED; CONTRACT N. T/M18 -94 DEMOLITION & PARTIAL PLANS DATE: AUGUST 1994 FILE NO: DRAWING N0: A121' SHEET NO: ,ff, OF101. • • • • • • NIP IND RAIL EXIST. CONCRETE ROOF STRUCTURE EXIST. CONCRETE ROOF STRUCTURE EXIST CMU WALL 4 EXIST CMU WALL REPLACE EXIST DOOR W/ DOOR TYPE W1 SEE DOOR SCHEDULE DWG TD01 RAIL P CONCRETE CMU WALL LADDER SEE CONC. FILL ON METAL DECK CUT OPENING IN EXIST WALL & INSTALL DOOR C 29B) SEE 9) / ACST CEILING W/ SUSPENSION SYSTEM STL LADDER EXIST. CONCRETE FINISH FLOOR 8x8x16 CMU W/ 1 1/2" FURRING & 24" 0.C. & 5/8" GWB • • 4 ELEV. LOOKING WEST FROM CHASSIS SHOP SCALE: = 1/4" 1' -0" 2' -5 1/4" (V 22 GAUGE MATCH EXISTING PROFILE EXIST TS EXIST ANGLE EXISTING METAL SIDING / METAL SIDING DETAIL SCALE: 3" = 1' -0" No, REVISION BY DATE GIRT LO 22 GAUGE METAL SIDING MATCH EXISTING PROFILE SECURE W/ # 14 SS FASTENERS KCM 1917 First Avenue Seattle, Washington 98101 ELEV. LOOKING EAST FROM STEAM GENERATION SCALE: 1/4" = 1, -0 DETAIL SCALE: 1" = d' -0 FLASHING EXIST 6X6 TUBE MTL SIDING GIRT 1/8" MAX SPACE 5/16 3/16 C 4 X 5.4 TS 5 X 4 X 3/16 FOR GRATING SEE DETAILS TYP EXIST TS 6X6 DETAIL SCALE: 3" = 1' -0 Streeter /Dermanis & Associates Architects, AIA Seattle, WA 2 A121 1/2" DETAIL SCALE: 3" = 1' -0" SECTION THRU VESTIBULE SCALE: 1/4" = 1' -0" 3/16" THICK CONT WELDED TO TUBE GALV GRATING, UNIFORM LOAD © 125 LBS /SQ FT MIN SECURE IN PLACE C 4 X 5,4 DETAIL SCALE: 3" = Jr- DESIGNED: IJ SADDLE CLIP PER MANUF 111111111 1011a1111111 -- I DETAIL SCALE: 3" = 1' -0" TOP & BOTTOM C 4 X 5.4 TS 5X4 EXIST TS 6X6 BEYOND DRAWN: CHECKED: AM PD RECOMMENDED: C 4 X 5.4 GALV GRATING, UNIFORM LOAD W 125 LBS /SQ FT MIN SECURE IN PLACE CITY OF TUKWILA APPROVED NOV 161994 AS NOTED BUILDING DIVISION 141 II �I I,,— r/q / /� /- RECEIVED IIY'�'�� v CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER a T E T R ® King County Dept. 01 Metropolitan Services SCALE: AS NOTED APPROVED: CONTRACT N0: T /M1B -94 W fTwl:?nF 1Yx1x1+MtlRPM15 • ^YI B Iri • 9 : C D • • TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - ELECTRONIC SHOP INTERIOR ELEVATIONS & DETAILS s G DATE: 3 ':i AUGUST 1994 FILE N0: DRAWING N0: A122 SHEET NO: OFIL'Z 4 • (A (TB BAR RAC STORAGE SHELVES • e • • • E • • EXIST ROOF LINE BEHIND EXIST METAL SIDING TO REMAIN TS 4X4 BRACE TO REMAIN REMOVE EXIST WOVEN WIRE FENCE INCLUDING 1 1/2 SQ STEEL ^s TUBE FRAME 4 ) DEMOLITION PLAN OA SCALE: 1/8" = 1' -0" ,I 44' -0" VERIFY T LAP 2" MIN FE > Q AX 11' -0" 11,_0„ 11' -0" 11' -0" L. V VERIFY co Oo `; ... OPT. A FLANGE & WO /1 EB 56 io I I E FI BOX -RIB TYPE MTL SIDING .MAIN L SIDING : CREATED OF WOVEN PAINT TO EXIST TS 5X5 TO REMAIN REMOVE EXIST WOVEN WIRE FENCE INCLUDING 1 1/2" SQ STEEL TUBE FRAME r .. \E�; io N rn a / Mr VEHICLE SHED EXIST TS 6X6 TO REMAIN (TYP) REMOVE EXIST WOVEN WIRE GATE INCLUDING HARDWARE THIS BAY ONLY STORAGE f. 1 'cri■ V VII II t 1 �A�tA 0 I .- C6 GIRT VEHICLE S STORAGE ED / \\ E G DEMOLITION PLAN OA SCALE: 1/8" = 1' -0" XIST WOVEN WIRE NCE TO REMAIN XIST WOVEN WIRE TE TO REMAIN XIST WOVEN WIRE NCE TO REMAIN Al 2 EXIST GRADE EXIST TS 6X6 TO REMAIN EXIST CONC FOOTING PE EXIST METAL N DEMOLITION WEST ELEVATION 0 SCALE: 1/8" = 1' -0" SIDING TO REMAIN EXIST ROOF BEHIND EXIST METAL SIDING TO R INSTALL METI IN THE SPAC BY REMOVAL WIRE FENCE, MATCH EXIST EXIST GRADE -) T ,I 44' -0" VERIFY LAP 2" MIN FE > Q AX _INE 11' -0" 11' -0" L. V ( `; ... OPT. A FLANGE & WO /1 EB 56 io EXIST BOX -R METAL SIDING B TYPE .MAIN L SIDING : CREATED OF WOVEN PAINT TO t A r .. \E�; - Mr L__ -I f. 1 'cri■ _I 0 0 I .- C6 GIRT VEHICLE S STORAGE ED o- XIST WOVEN WIRE NCE TO REMAIN XIST WOVEN WIRE TE TO REMAIN XIST WOVEN WIRE NCE TO REMAIN Al 2 EXIST GRADE EXIST TS 6X6 TO REMAIN EXIST CONC FOOTING PE EXIST METAL N DEMOLITION WEST ELEVATION 0 SCALE: 1/8" = 1' -0" SIDING TO REMAIN EXIST ROOF BEHIND EXIST METAL SIDING TO R INSTALL METI IN THE SPAC BY REMOVAL WIRE FENCE, MATCH EXIST EXIST GRADE -) T ,I BAR RACKS f T 1O - - LAP 2" MIN FE > Q AX _INE it L. V ( `; ... OPT. A FLANGE & WO /1 EB 56 t .MAIN L SIDING : CREATED OF WOVEN PAINT TO t A r .. \E�; - Mr L__ �___ , 't,',I WEST ELEVATION SCALE: 1/8" C4 CHANNELS ® 4 EQ SPACES STORAGE SHELVES ELEVATION SCALE: 1/4" = 1' -0" EXIST METAL SIDING TO REMAIN 1 REMOVE EXIST WOVEN WIRE GATE INCLUDING HARDWARE, THIS BAY ONLY EXIST TS 6X6 TO REMAIN EXIST GRADE (4) 11111!!!! !!!!!!!!!Illlllll1lllllh111111l EXISTING FOOTING TO REMAIN EXIST METAL SIDING TO REMAIN va■ DEMOLITION SOUTH ELEVATION SCALE: 1/8" = 1' -0" N w EXISTING WOVEN WIRE GATES TO REMAIN O Ck INSTALL METAL SIDING IN THIS BAY AFTER REMOVAL OF WOVEN WIRE FENCE, PAINT TO MATCH EXIST SEE AIM FOR METAL SIDING C6 X 8.2 CHANNEL GIRT BEYOND EXIST CHANNEL REMOVE EXIST FASTENERS, SLIP MTL SIDING UNDER EXIST & SECURE TO EXIST CHANNEL W/ #14 SS FASTENERS STORAGE SHELVES TS 5X4 C4 X 5.4 C6 GIRT BAR RACKS AS SPECIFIED C6 GIRT SIM SOUTH ELEVATION SCALE: 1/8" = 1' -0" SECURE RACK TO CONC W/ SS EPDXY ANCHOR AS DETERMINED BY MANUFACTURER SECTION SCALE: 1/2" = 1' -0" 6" EXIST CONC SLAB EXISTING WOVEN WIRE GATES CITY 011980119 APPROVED 939 191594 AS NOTED BUILDING CEVISION NON- REVENUE VEHICLE STORAGE SHED MAINTENANCE BLDG SOUTH BASE KEY PLAN (REGE_IV40 AUG 3 01994 PERMIT CENTER No. REVISION 80 DATE KCM IOCM, Inc. 1917 First Avenue Seattle, Washington 98101 Streeter /Dermanis &'Associates Architects, AIA Seattle, WA DESIGNED: IJ '84111 ET R 0 King County Dept. of Metropolitan Services istr DATE', AUGUST 1994 DRAWN: CHECKED: AM PD RECOMMENDED: SCALE: AS NOTED APPROVED: CONTRACT 001 T/M 18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - ELECTRONIC SHOP STORAGE SHED MODIFICATIONS FILE NO DRAW NO A123 • • • • • • SHEET NO: OFICZ, ► rI 2 BAR RACKS it `; ... OPT. A FLANGE & WO /1 EB 56 t 6- I.•I.1�1,'•I I I '1'11"1' I.I.I..i_ I"n -.l. r .. \E�; - L I I �___ , ELEVATION SCALE: 1/4" = 1' -0" EXIST METAL SIDING TO REMAIN 1 REMOVE EXIST WOVEN WIRE GATE INCLUDING HARDWARE, THIS BAY ONLY EXIST TS 6X6 TO REMAIN EXIST GRADE (4) 11111!!!! !!!!!!!!!Illlllll1lllllh111111l EXISTING FOOTING TO REMAIN EXIST METAL SIDING TO REMAIN va■ DEMOLITION SOUTH ELEVATION SCALE: 1/8" = 1' -0" N w EXISTING WOVEN WIRE GATES TO REMAIN O Ck INSTALL METAL SIDING IN THIS BAY AFTER REMOVAL OF WOVEN WIRE FENCE, PAINT TO MATCH EXIST SEE AIM FOR METAL SIDING C6 X 8.2 CHANNEL GIRT BEYOND EXIST CHANNEL REMOVE EXIST FASTENERS, SLIP MTL SIDING UNDER EXIST & SECURE TO EXIST CHANNEL W/ #14 SS FASTENERS STORAGE SHELVES TS 5X4 C4 X 5.4 C6 GIRT BAR RACKS AS SPECIFIED C6 GIRT SIM SOUTH ELEVATION SCALE: 1/8" = 1' -0" SECURE RACK TO CONC W/ SS EPDXY ANCHOR AS DETERMINED BY MANUFACTURER SECTION SCALE: 1/2" = 1' -0" 6" EXIST CONC SLAB EXISTING WOVEN WIRE GATES CITY 011980119 APPROVED 939 191594 AS NOTED BUILDING CEVISION NON- REVENUE VEHICLE STORAGE SHED MAINTENANCE BLDG SOUTH BASE KEY PLAN (REGE_IV40 AUG 3 01994 PERMIT CENTER No. REVISION 80 DATE KCM IOCM, Inc. 1917 First Avenue Seattle, Washington 98101 Streeter /Dermanis &'Associates Architects, AIA Seattle, WA DESIGNED: IJ '84111 ET R 0 King County Dept. of Metropolitan Services istr DATE', AUGUST 1994 DRAWN: CHECKED: AM PD RECOMMENDED: SCALE: AS NOTED APPROVED: CONTRACT 001 T/M 18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - ELECTRONIC SHOP STORAGE SHED MODIFICATIONS FILE NO DRAW NO A123 • • • • • • SHEET NO: OFICZ, ► rI 2 +10026MB ( +S -BASE) +X- M121(48) 2310026 8/9F A B C D 0 H CD -1 18x18 800 CFM EXIST HEAT PUMP ROOF CURB Q STRUCTURAL I TEE BENEATH 10 MAX '8" PLENUM WITH 1" SOUND LINING 7 ' EXIST SMOKE VENT AHU -10 CARBON FILTER FINAL FILTER PRE FILTER EXIST MEF -10 PARTIAL PLAN ROOF SCALE: 1/4" =1'-0" ;EXIST 8 "--\., /8UP TO MEF -10 (EXIST) STEAM GENERATOR ROOM CD -2 6" 200 CFM EXIST HEAT PUMP 12"0 ELECTRONIC SHOP CAP 18x6 DUCT — DUCT SUPPORT NOTES: 1. INSTALL SPRINKLER PIPING AND SPRINKLER HEAD IN ACCORDANCE WITH NFPA 13. STANDARD FOR THE INSTALLATIONS OF SPRINKLER SYSTEMS - ORDINARY HAZARD. 2. PIPE TO BE ASTM A53 BLACK STEEL SCH 40 WELDED OR SEAMLESS, SCREWED JOINTS, MALLEABLE IRON 250 PSI, OR CUT GROOVES WITH MECHANICAL JOINTS. VICTAULIC STYLE 77 OR EQUAL. 3. SPINKLER HEAD, PENDANT STYLE WITH 165.1 RATING, DEFLECTOR FLUSH WITH CEILING, SATIN CHROME FINISH, RECESSED ESCUTCHEON WITH STAIN CHROME FINISH. CONNECT TO EXIST CD -2 22x22 600 PARTIAL PLAN ELECTRONIC SHOP 1/4 " =1' -O" REMOVE EXIST 8x6 DUCT PATCH DUCT 7 -EXIST - VESTIBULE MF 101 - EXHAUST FAN, SUPPORT FROM CEILING GRID WG - 10x8 PROVIDE NEW PENDANT HEAD AND EXCUTCHEAON - CONNECT PIPING TO EXISTING BRANCH PIPE. EXIST UPRIGHT HEAD ABOVE CEILING TO REMAIN AS -IS. 200 CFM 10x8 NOTE ADJUST MEF 101 FAN SPEED CONTROL TO OBTAIN A CAPACITY OF ±200 CFM SO THAT THE ELECTRONIC SHOP I5 POSITIVIELY PRESSURIZED RELATIVE TO THE VESTIBULE. MIXED AIR TEMP SENSOR AHU 101 FLEXIBLE CONNECTION SAW CUT ROOF PENETRATIONS, TYP. FOR DETAILS OF NEW ROOF CURB, SEE OSA INLET 10)26 W /BIRD SCRELN — OSA DAMPER 200 CFM MAX 0 CFM MIN RA DAMPER - MOTORIZED 8x24 12x12 FLEX CONN- DUCT SUPPORT SUPPORT DUCT FROM WALL, TYP 14"0 1 2" 0 SECTION EXISTING HEAT PUMP INDOOR UNITS --- SCALE- 1/4 1' -Li' bqq-o3x) EXIST 6x8 CAP EXIST 6x18 DU'_T --- FLEXIBLE 000T TYP E LL GJ o) KEY PLAN EQUIPMENT SCHEDULE MARK NO. AHU -101 CFM SP IN WG 800 1.5 FAN RPM 1515 0030R 60 HZ HP VOLT PH 3/4 460 3 FILTER PRE FINAL 2 ©24x24 2 ©24x24 FILTER ACT CARBON 2©24x24x12 MODE. I. MANUF NO. REMARK PACE MEF -101 400 0.05 1600 185W 110 REVISION BY DATE KC.M KCM, Inc. 1917 First Avenue Seattle, Washington 98101 =YetiaM �unk�a.:Mteri m.ma .. eMx�mrSnxx:, D t WF..'..I�m...i.a.'.Ilg�Se ...f.- :i.�.�+.q,: �m•[wa.,„�.e,�a..e:e M RECOMMENDED APPROVED PENN ZEPHYR A8DWDI EC Z9 SERVISIDE FILTER HOUSING WITH GRILLE & LT50 SPEED CONTROL RECEIVED OITV OF TUKWIIA � AUG 3 0 1994 �� PERMIT CENTER *METRO King County Dept of Metropolitan Services scAtE TRANSIT FACILITY IMPROVEMENTS AS NOTED SOUTH BASE - ELECTRONIC SHOP CONTRACT NO 1/M18-94 PARTIAL PLANS & DETAILS DATE. AUGUST 1994 ICE NOT A M121 .HEET Nc. 38 or10Z 5 4 3 2 YT- • • • • E5 EA' • EXISTING PLUG BUS #1 (PB-1) AHU -101, ONE - LINE DIAGRAM SCALE: NTS • • E • EXISTING PB-1 TO REMAIN ON FLOOR B, 0W) n DISCONNECT NEMA f3RF_'AitER- 3R PARTIAL POWER PLAN - ROOF SCALE:, 1/16 " =1' -0" NEW EQUIPMENT TO BE INSTALLED UNIT DESCRIPTION FEED CONTROL AHU -101 EXH. FAN, HANDLING UNIT ON ROOF PB -I ON -OFF -AUTO MEF -101 EXH. FAN, IN VESTIBULE CLG PNL C HVAC EQUIPMENT SCHEDULE PAL1-4)2() No. REVISION BY DATE KCM KCM Inc. 1917 First Avenue Seattle Washington 98101 ELCON ASSOCIATES, INC ENGINE - CONSULTANTS 15215 52ND AVENUE SOUTH. SUITE 24 SEATTLE WASHHOTON (205)243 -5022 98158 - • • • • FAN MOTOR MEF -1011 IN VESTIBULE CEILING' PARTIAL POWER PLAN - ELECTRICAL SHOP SCALE:, 1/16 " =1' -0" VESTIBULE RM 129A LIGHTS (TYP OF 2) NOTE 1 PARTIAL REFLECTED CEILING PLAN SCALE:, 1/4 " =1' -0" C(30) O NOTES: 1. INSTALL TWO (2) COMPACT FLUORESCENT DOWN LIGHTS, LITHONIA GOTHAM SERIES CAT. # 2 /18QT7AR W /LAMP TYPE 2- 18WF18DTT /27K AND CLEAR FINISH. RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER a DESIGNED 00 4`1vf ETR® DATE. C 1 King County Dept of Metropolitan Services AUGUST 1994 JII DRAWN: CHECKED: SCALE: AMH DKS AS NOTED RECOMMENDED: APPROVED, CONTRACT N0' T/M10 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - ELECTRONIC SHOP POWER, LIGHTING PLANS AND DETAILS FILE N0, DRAWING 110: E121 SHEET NO OF 3,1 10Z 4 3 X A /6. A * 2S-0" /r- \ / )- v I I / FRONT HINGED HATCH TYPICAL 2 PLACES 1 1- " L 1 Mr/ 9- --L NOTE: * DIMENSIONS TO BE VERIFIED BY THE OWNER -5 \ / -A 1,- , -- --,, / z 1 TOP PLAN SCALE: 1/4'. =1' -0" 1 1 35-6 1/2" LuE -I' I K I 8" 1T-6" 4,-0" ... MIN RUNGS, TYP \ __,,, \ ' ( . ' SLOPE , SLOPE HATCH IN LOCKED (VERTICAL) POSITION. PROVIDE LADDER HAND HOLDS ON UNDERSIDE OF HATCH (TYPICAL EACH END) RUNGS, SEE iCA TYP 1 BOTTOM PLAN SCALE: 1/4'. =1'--O" 121-0± VENTILATION GRILL, SEE MECH, TYP to 1 3/4" GALV GRATING Q FIXED HYDRAULIC JACK 12' -GF± ,--10.-4" AT SUMP ,/ SEE MECH DWGS 1 SLOPE BOTTOM TO SUMP/FD, TYPICAL CONSTRUCTION JOINT, TYP SEE WE, r r" r z TYP SECTION SCALE: 1/4'' =1' -0" 1.-6"x 1 '-6"x1'-6"SUMP, SEE MECH o Bc114--03x) 12" MAX =I= 'PV BOLT I DIAGONAL BRACE, EA SIDE, TYP EXISTING PRESTRESSED CONCRETE BEAMS I 5/8x1 5/8x12 GA METAL FRAMING CHANNEL BACK TO BACK 1/20 BOLT W/ \MASI-1ER UNIVERSAL SHELF BRACKET - 1 5/8x1 5/13x12 GA METAL FRAMING CHANNEL, WELDED BACK TO BACK SEE DWC 1,11 FOR THREE-HOLE CORNER ANGLE .J L EL 0 BOTTOM OF PLATE MAX FRONT VIEW ---- Pl. 1/4x6x12" FOR MOUNTING PENDANT REEL, VERIFY PLATE SIZE AND BOLT HOLES WITH PENDANT REEL MANUFACTURER, 1 5/8" x1 5/8" x I 2"CA METAL FRAMING CHANNEL - CONNECT CHANNEL 10 EXIST 1/2"8 FERRULE INSERT. PROVIDE BOLT INC WASHER 1" x I 5/8" x I 2 GA METAL BRACE EACH SIDE 05 BACK TO BACK CHANNELS SIDE VIEW NOTES: 1. MIN CONNECTION: USE 1/4"THICK 01 5/8" WIDE S.IEEL PLATE WITH 1/20 BOLTS TORQUED TO 50 FT-LB. EACH CONNECTION IS TO BE CAPABLE OF TRANSMITTING AT LEAST 1000 LB SHEAR AND 1000 LB TENSION. 2. FIELD VERIFY ALL DIMENSIONS LOCATE. REELS AS SHOWN ON MECHANICAL DRAVONCS. EXISTING OBSTRUCTIONS MAY REQUIRE THAT LOCATIONS BE ADJUSTED IN THE FIELD. PENDANT REEL SUPPORT DETAIL SCALE: 1/2" =1' -0" Vg6A AUG 30 1994 PERMIT CENTER 114 10. No. REVISION 81 DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 • Rif/e5 • DESIGNED WOG 44MIETRO King County Dept. of Metropolitan Services nr DATE AUGUST 1994 DfiAwN: CHECKED: SCALE JLF : ma%g AS NOTED RLCOMMENDED: APPROVED: CONTRACT NO. T/818-94 • TRANSIT FACIUTY IMPROVEMENTS TYPICAL DETAILS - HYDRAULIC UFT REPLACEMENT WHEEL BASE LIFT TYPICAL STRUCTURAL DETAILS FILE NO. CHARING NO: S 1 SHEET N0:4 OF ics. 5 4 3 2 • 5 A0026S02 1 =24 • • • • A • B (9 3/4 "L .(9 3/4 ") INTERNAL STRUTS, TYP SEE GENERAL NOTES, DWG 006 8" TYP EMBEDDED METALWORK BY EQUIPMENT MFR — SECTION COVER PLATE GUIDE SCALE: 1/2" =1' -0" SECTION 5 412" #5 *9" #6 46" 6 "PVC WATERSTOP, TYP #5 412 "EW #5 *12" SCALE: 1/2 =1' -0" 6" CHANNEL TRACK ASSEMBLY BY EQUIPMENT MFR 1/2"0 HOLES @ 6 "OC (BLEED HOLE) SLOPE SLAB AWAY FROM TRENCH (SIDES ONLY) CHANNEL TRACK ANCHORS BY EQUIPMENT MFR 2 - #5 CONTINUOUS AT CHANNEL TRACK ANCHORS (BY EQUIPMENT MFR 2 - #5 CONTINUOUS • C • E G (2' -6 1/4 ") IL1' -10 3/4")I (9 3/4" r(9 3/4 ") NI � 4 11rrr 4 46„ #4 412 "EW '� 2 - #8 x20' -0" EMBEDED METALWORK TYP 10 SIDE 8. 8" BY EQUIPMENT MFR, TYP MIN MIN I I FIXED HYDRAULIC JACK NOT SHOWN SECTION SCALE: 1 /2" =1' -0" FLOOR HARDENER, THICKEN TO 1" AT JOINT 5 412 "EW #6 ®6" #5 412" 1/4" x 1" FORMED JOINT, FILL W/ SEALANT CLASS B LAP, TYPICAL ADD 1 - #4 EA SIDE OF JOINT TYPICAL SLAB CONTROL JOINT #4 412 "EW AT MID DEPTH OF SLAB STOP ALTERNATE BARS SCALE: NONE 1/4" x 1" FORMED JOINT, FILL W/ SEALANT 2 "± SAWCUT JOINT (AS REQUIRED) FLOOR HARDENER, THICKEN TO 1" AT JOINT NOTE: EXISTING /NEW SLAB CONSTRUCTION JOINTS TO BE LOCATED AT EXISTING SLAB CONSTRUCTION /CONTROL JOINTS UNLESS NOTED OTHERWISE. EXISTING /NEW SLAB JOINT IF4(E, "t:,2AV _ #4 x 2' -6 4 18" SET W/ EPDXY GROUT, ,SEE © 13q1-1--03a0 Q (1' -11 ") (1' -11 ") 9 3/4 ") REINFORCEMENT BEYOND SLAB BLOCKOUT, SIMILAR TO 8" FOR REINF SEE SECTION MIN SCALE: 1/2 " =1' -0" 4 46" 6 " PVC WATERSTOP 3/4 "CHAMFER AT EXPOSED SURFACE WALL CONSTRUCTION JOINT SCALE: NONE SEALANT 6" PVC WATERSTOP SCALE: NONE SLAB CONSTRUCTION JOINT SCALE: NONE NOTE DIMENSIONS NOTED THUS ( ), 10 BE CONFIRMED BY EQUIP MFR. 1" DIAL GALVANIZED BAR RUNG DETAIL SCALE. NONE 6 "SLAB REINF W/#4 412'. -- S4. SII DETAIL SCALE NONE —SAND FILL CITY OF TUKWILA APPROVED NOV 161994 AS NOTED BUILDING DIVISION G211 RECEIVED CITY OF TURWILA AUG 3 6 1994 PERMIT CENTER iN No. REVISION BY DATE K C\,1 KCM, Inc. 1irst Seattle, 917 F Washington Avenue 98101 DESIGNED. WGG METRO King County Dept. of Metropolitan Services DATE. AUGUST 1994 DRAWN' CHECKED - JLF MSL0'i,' RECOMMENDED: SCALE AS NOTED APPROVED: 0001RACT NO. T/M18-94 TRANSIT FACIUTY IMPROVEMENTS TYPICAL DETAILS - HYDRAULIC LIFT REPLACEMENT WHEEL BASE LIFT TYPICAL STRUCTURAL DETAILS • FILE NO DRAWING NO: S2 SHEET NO: 43 OF • • • • Jccn.S OM L96 ( • • G „Lk 5 5 4 3 2 +5 -HPT2 8 /3R A0026S03 1 =48 A 8 E 0 H EXISTING GRATING 11,. TO REMAIN SLOPE HIGH POINT ( -6 ") I BELOW TOP OF TRENCH GRATING 10" ( -9.75) SLOPE FLOOR 43' -0" 17' -4" 9 12 "t 24' -5" 14' -7" ( -7.25) it 5 \t L_t ; — — Il 5 T — I 656___1 // iilllillli111., 9111416 SLOPE (-15 5) 1 3/4" HEAVY DUTY TRUCK TRENCH GRATE LIGHT BROOM FINISH, TYPICAL PERIMETER SLOT DRAIN GRATING FRAME (TOP AT EL 0 0) TYPICAL - -6 "WIDE WEIR, TOP Al ( -6.0) SHADED AREA (LEVEL) ' TO DE 1 1/2 "ABOVE PERIMETER TRENCH GRATING PLAN — STEAM ROOM 0 SCALE: I/4 " =1' -0" THIS FLOOR SURFACE TO BE FLAT SLOPE FLOOR 0" TO OUTSIDE TRENCH 66 "0 SUMP, SEE Qah ®® TO OUTSIDE TRENCH I I NI�= i► { GROUT FILL SECTION 0 za 00 0 m00 am SCALE: 1/2" =1' -0" TOP OF STRUCTURAL CONCRETE 1 3 /4 "GALV GRATING TOP OF ADJACENT FINISHED FLOOR NOTE ELEVATIONS NOTED THUS (-15.5) ARE DEPTH IN INC:HES (BELOW TOP OF GRATING) OF PERIMETER SLOT DRAIN. f3t] O?QO CONC. FILL —\ SECTION SCALE: 1/2"- 1' -0" INVERT AT DRAIN(S) (- 17.75) SAW CUT SLAB SEE 12 "± SLOPE EXISTING SECTION SCALE' 1/2 " -1' -0' IL MANHOLE HANDHOLD SCALE I 1/2" R I' -0 (E SUMP PLAN ELEVATION MANHOLE RUNGS 9112, S313 �3 �1 fP E CITY Or TUISWILA APPROVED N 0 V 1 6 1994 AS 1101011 BUILDING DIVISION - I "9 RUNGS 4112"OC SCALE: 1 1/2" =1' -0" S31 E CITY R OF OPIVEO TUKWILA AUG 3 0 1994 PERMIT CENTER No. REVISION • BY DATE KC I\ I KCM, Inc. 1917 First Avenue Seattle, Washington 98101 DESIGNED. WGG DRAWN' CHECKED. JLF MSL"' *METRO King County Dept. of Metropolitan Services DATE: AUGUST 1994 RECOMMENDED: SCALE: TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS - HYDRAULIC LIFT REPLACEMENT PLATFORM LIFT TYPICAL STRUCTURAL DETAILS AS NOTED APPROVED'. CONTRACT N0'. 1/610 -94 FILE NO ORA MANGSNO: SHEET NO' OF 44 102 • 1, 0lFS i • 5 2 5 4 2 A0026SO4 1 =24 • • A • • • E • • A. H' PARTIAL PLAN SCALE: 1/2 " =1' -0" NOTE LNG EE. IREA (LEVEL) TO ABOVE R TRENCH 6 PLATFORM LE W/3/8 °0x4" 1D STUDS 018" TRIM ANGLE - US ACROSS IN ONAL TRIM MENT AT TYPICAL XIST SLOT SAW CUT SLAB GRATING SEAT ANGLE - CONTINUOUS ACROSS TRENCH DIMENSIONS NOTED THUS ( ) TO BE CONFIRMED BY EQUIPMENT MFR. 2x2x5/16 ANGLE WITH 4" STUDS AT 18" OC (72") 4 TOP OF FULLY RETRACTED PISTON TO BE LEVEL WITH OR A MAX OF 1/4" BELOW PLATFORM SUPPORT SURFACES #5 012`EW T &B, TYPICAL eT ALL FOUR PLATFORM SUPPORT SURFACES SHALL BE LEVEL (TOLERANCE AS REQUIRED BY EQUIP MFR) 9" MIN 66 "0 SUMP BEYOND #5 012 "EW T &B, TYPICAL HANDHOLD, SEE SECTION SCALE: 1 " =1' SYM 0 9" MIN WATERTIGHT SOLID ACCESS COVER NEENAH FOUNDARY COMPANY 24'0 (RATING H- 20)MODEL RI915 -H 115 012 "EW 1 &B, TYPICAL L2x2x1 /4 GRATING SEAT ANGLE TYPICAL W/ 3/3 "0x0' -4" WELD HEAD STUDS @18 "--,__T HEAVY DUTY GALV GRATING 1 3/4 "x3/16" BEARING BARS 01 3/8 °00 (PROVIDE 1 1/2x3/16 END BAND EA SIDE, TYPCIAL 1°0 1- GALV GRA j NMI IfA11 1 RPM I I / I 1 - - -i I 1 I I- ...._....r\ I I TYPICAL, `, SHADED / BE 1 1/2 PERIMETE GRATING L2x2x5/1 1EEi a OJ 11 u e 110 =- a ° u N » - (1 Y I 9" (2' -8 ") (1, 9 " _ \ 660 SUMP] / - ( \. -. V -lI / 1 TRIM ANG WELD H6 PLATFORM CONTINUO SLOT DRF Ah Y I.. . FOR REINFORCE OPENINGS, SEE B TD0 4 EDGE OF DRAIN OR o_ o _-- - -,I' I i II �E t � p 1 Q s ------- 1 1 �=_ I � I .. .___._.... ---I --H I L- - -- -1. - ----- - --- ---- -- --- IIIIIlI , RIHIIIIIIIIII . 1 • li PARTIAL PLAN SCALE: 1/2 " =1' -0" NOTE LNG EE. IREA (LEVEL) TO ABOVE R TRENCH 6 PLATFORM LE W/3/8 °0x4" 1D STUDS 018" TRIM ANGLE - US ACROSS IN ONAL TRIM MENT AT TYPICAL XIST SLOT SAW CUT SLAB GRATING SEAT ANGLE - CONTINUOUS ACROSS TRENCH DIMENSIONS NOTED THUS ( ) TO BE CONFIRMED BY EQUIPMENT MFR. 2x2x5/16 ANGLE WITH 4" STUDS AT 18" OC (72") 4 TOP OF FULLY RETRACTED PISTON TO BE LEVEL WITH OR A MAX OF 1/4" BELOW PLATFORM SUPPORT SURFACES #5 012`EW T &B, TYPICAL eT ALL FOUR PLATFORM SUPPORT SURFACES SHALL BE LEVEL (TOLERANCE AS REQUIRED BY EQUIP MFR) 9" MIN 66 "0 SUMP BEYOND #5 012 "EW T &B, TYPICAL HANDHOLD, SEE SECTION SCALE: 1 " =1' SYM 0 9" MIN WATERTIGHT SOLID ACCESS COVER NEENAH FOUNDARY COMPANY 24'0 (RATING H- 20)MODEL RI915 -H 115 012 "EW 1 &B, TYPICAL L2x2x1 /4 GRATING SEAT ANGLE TYPICAL W/ 3/3 "0x0' -4" WELD HEAD STUDS @18 "--,__T HEAVY DUTY GALV GRATING 1 3/4 "x3/16" BEARING BARS 01 3/8 °00 (PROVIDE 1 1/2x3/16 END BAND EA SIDE, TYPCIAL 115 x5' -0 " 012" -? SIDE TRENCH SECTION SCALE I " -1' -0' 115 - -- #5 012" 2- 115 HOOPS 66"'0 SUMP ---- LADDER RUNGS, SEE SECTION SCALE: 1 " =1' -0" SYM co 0 ®® TRENCH GRATE, SET -71 FIT ITMTI T71Tr SE=1ll_LIETTTITI=Lriq TRENCH GRATE, SEE DEPTH VARIES, SEE 2 SECTION SCALE: 1" =1'-0" 66 "OSUMP 412" DC/ T &B TYPICAL Vir .- -DEPTH VARIES, SEE (DEPTH VARIES, SEEQ CITY OF TUKWILA APPROVED NOV 161994 AS MILD BUILDING DIVISION 110 909 NNWIIA AUG 3 0 1994 PERMIT CENTER ► 5 4 3 REVISION • CM -IM BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 • C DESIGNED GC w�' :xVa1 :177 E T R 0 King County Dept. of Metropolitan Serviees DRAWN, CHECKED' :.GALE: JLF MSL AS NOTED RECOMMENDED. APPROVED'. CONTRACT NO T/M18 -94 • TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS - HYDRAULIC LIFT REPLACEMENT PLATFORM LIFT TYPICAL STRUCTURAL DETAILS DATE AUGUST 1994 VILE NO. j 1 V \\• 115 x5' -0 " 012" -? SIDE TRENCH SECTION SCALE I " -1' -0' 115 - -- #5 012" 2- 115 HOOPS 66"'0 SUMP ---- LADDER RUNGS, SEE SECTION SCALE: 1 " =1' -0" SYM co 0 ®® TRENCH GRATE, SET -71 FIT ITMTI T71Tr SE=1ll_LIETTTITI=Lriq TRENCH GRATE, SEE DEPTH VARIES, SEE 2 SECTION SCALE: 1" =1'-0" 66 "OSUMP 412" DC/ T &B TYPICAL Vir .- -DEPTH VARIES, SEE (DEPTH VARIES, SEEQ CITY OF TUKWILA APPROVED NOV 161994 AS MILD BUILDING DIVISION 110 909 NNWIIA AUG 3 0 1994 PERMIT CENTER ► 5 4 3 REVISION • CM -IM BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 • C DESIGNED GC w�' :xVa1 :177 E T R 0 King County Dept. of Metropolitan Serviees DRAWN, CHECKED' :.GALE: JLF MSL AS NOTED RECOMMENDED. APPROVED'. CONTRACT NO T/M18 -94 • TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS - HYDRAULIC LIFT REPLACEMENT PLATFORM LIFT TYPICAL STRUCTURAL DETAILS DATE AUGUST 1994 VILE NO. 2310026 -404 8 /9F A • • • D • E • A 6 H b PENDANT REEL, MOUNT BOTTOM AT 15' -0 "AFF 1 1/4 "HOSE /R -3/8" CA PENDANT REEL, MOUNT BOTTOM AT 15' -0 "AFF 16' -6" FRONT LIFT FLEXIBLE HOSE FRONT LIFT HYDRAULIC HOSE —� 3 /8 "CA HOSE FOR MULTI -LOCK RELEASE 1 1/4" HYDRAULIC PIPE FOR TYPICAL PIPING DIAGRAM SEE TOP PLAN SCALE' 1/4 " =1' -0" 6 " DIA FRP, EXHAUST DUCT POC FLEXIBLE HOSE (5) SECONDARY CONTAINMENT PIPES BELOW FLOOR 6 " DIA, FRP 1 1/4" HYDRAULIC EXHAUST DUCT MECHANICAL CONTRACTOR PROVIDED AODP -1 PIPE POC TO ROTARY PROVIDED EQUIPMENT C FLOOR 3 /8 "CA HOSE BY ROTARY ELECTRICAL CONTRACTOR PROVIDED CABLE REEL (TYP) BOTTOM PLAN 1 "PIW TO 4 "IW POCK AS SHOWN IN PARITAL PLANS 3 /4 "HOS AND 3/4" HOR TO EACH DIRECT DRIVE HYDRAULIC MOTOR SCALE 1/4 " =1' -0" HOSE REEL (TYP OF 2) REAR LIFT DIRECT DRIVE HYDRAULIC MOTOR 3/4" HOS 3/4" HOR (2) 3 /8 "CA (TYP OF 2) BALL STOP ROTARY PROVIDED HYDRAULIC HOSE 3 /8 "CA HOSE FOR MULTI -LOCK RELEASE MOUNT REEL PER MANUFACTURERS RECOMMENDATIONS TO CEILING CONCRETE BEAMS APPROX 20' -0" ABOVE FLOOR (TYP). \-SEE EXISTING STRUCTURAL FOR BEAM LOCATION TO MOUNT REEL FRAME PENDANT ROTARY PROVIDED PENDANT ROTARY PROVIDED POC CONNECT PIPE TO ROTARY PROVIDED HOSE DIRECT DRIVE HYDRAULIC MOTOR FIXED HYDRAULIC JACK 8 POC CONNECT PIPE TO ROTARY PROVIDED HOSE DIRECT DRIVE HYDRAULIC MOTOR LOCATE AS INDICATED IN PLANS TO POC ELECTRICAL CONTRACTOR PROVIDED =ma ROTARY PROVIDED LIFT CONTROL PANEL WALL MOUNT NEAR POWER UNIT OF SAME LIFT CONNECTS TO AIR CONTROL PANEL AND MOTORS. SEE ELECTRICAL 3/8 " CA N 3 /8 "CA 3/4" 1 1/4 "HOSE BY ROTARY -� EXHAUST DUCT WITH MESH COVERING 18 "x12 ", TYP - I AODP -1, SEE "—STRAINER 1 /2 "CA 1 1/2" HOSE, REDUCED TO 1 1/4" (TYP OF 3) SECTION SCALE. 1./4 " .f34-I -03260 3 /8 "CA HOSE BY ROTARY 1 1/4 "HOSE BY ROTAR) WHEEL BASE LIFT -SUMP PUMP SCHEDULE MARK 1YPE SUCTION DISCHARGE AIR INLET LIQUID MODEL NO CONTROL AODP -1 AIR OPERATED DIAPHRAGM 7 FNPT 1 FNPT 3/8 FNPT INDUSTRIAL WASTE MARLOW PUMPS 111 MODEL 1AOD FLOAT SWITCH ITT FLYGT MODEL ENM -10, NEMA -7, ISR AODP -1 SUMP PUMP OPERATING SEQUENCES FOR PUMP CONTROL PLUS ALARM WHEN THE LEVEL RISES TO THE MIDDLE DISELACER, THE PUMP STARTS. IF LEVEL CONTINUES TO RISE, THE UPPER DISPLACER ACTUATES THE ALARM SWITCH WHICH REMAINS ACTUATED UNTIL THE LEVEL DROP', 10 THE LEVEL DROPS 10 THE MIDDLE DISPLACER. Al THE LOWEST DISPLAI_ER LEVEL THE PUMP WILL STOP. AIl2 REGULATOR.- 20 TO 100 PSI 1/2“ CA SHUT OFF VALVE — SOLENOID VALVE —TO SHOP AIR, 150 PSI, 1 /2 "CA - 12004C, I' 1/,1 CA SUMP PUMP CONTROL PANEL INDICATES ON/ OFF AND HIGH LEVEL ALARM. MODEL. PNEUMERCATOR LIQUID LEVEL ALARM, N0. PNLC 1002, ISR FIELD LOCATE NEX1 TO POWER UNIT FOR BAY OF USE. 20 MIN SLOPE CONNECT TO IW - 12VDC, 0 5mA 2 CONDUCTOR PER FLOAT 1 /2'CA SHUT OFF VALVE I GRATE -17 l FLOOR ELEVATION 'E0- \- 4 "IW PIW —PLUG VALVE HIGH LEVEL ALARM, FLOAT HICH /PUMP ON LOW /PUMP OFF MESH SCREEN FOR SUCTION INTAKE• IJFT PIT FLOOR ELEVATION CHECK VALVE �AODP -1, FLOOR MOUN1 WITH (4) 1/8" EXPANSION BOLTS IN CONCRETE -- 1" SUCTION ► TYPICAL SUMP PUMP DIAGRAM C� SCALE: NONE SUMP D CITY 9-vu TNWILA A06 3 0 1994 PERMIT CENTER No REVISION • BY DATE KCM • KCM, Inc. 1917 First Avenue Seattle, Washington 98101 • Berona /Langebartel, Inc. MetlwiW EladrIW CgrNq raises'. DESIGNED KAP DRAWN'. CHECKED' JLF MEB RECOMMENDED: O METRO I(Ing County Dept. of Metropolitan Services SCALE' TRANSIT FACILITY IMPROVEMENTS AS NOTED TYPICAL DETAILS — I- IYDRAULIC LIFT REPLACEMENT WHEEL BASE LIFT TYPICAL MECHANICAL DETAILS • APPROVED. CONTRACT NO 0/018-84 • Dn10 AUGUST 1494 RTE No- DRAwINC NO M1 00E17 NO 00102 5 4 2 5 4 2 2310026 -404 8/9F M2B 1 =24 • • • • A B 1 1/4" HOS /R SCREEN, 1/2" GALVANIZED MESH WITH FASTENERS, ACCESSIBLE TO DAMPER 3" MIN, 6" MAX PIT FLR TO BOD Q '3/8 "CIA :3 /4 "FI0S & 3/4" )0R ROUTE DUCT TO POC B00 " 6 0 FRP DUCT NOTE BELOW GRADE DUCTWORK TO BE FRP DUCT. SECTION SCALE: 1/2'' =1' -0" FRONT JACK COORDINATE DUCT INSTALLATION WITH STRUCTURAL CONCRETE FRICTION VOLUME DAMPER RECTANGULAR 18 "x12" DUCT • C • • E • • G H FLOOR (2) 3 /8 "CA TO DIRECT DRIVE HYDRAULIC MOTOR 3/4" HOS & 3/4" HOR, TEE TO EACH DIRECT DRIVE HYDRAULIC MOTOR 1 1/2" HOS /R REDUCER 90' ELBOW TO 1 1/4" HOS /R IIIIIIIIW a 3/4" SECTION SCALE: 1/2' " =1' -0" TOTAL CONTAINMENT, SP4600 SECONDARY PIPE 3.9 "ID, 4.6 "OD 3'-0" MIN TURNING RADIUS �3 /8 "CA MULTI -LOCK RELEASE POC TO EQUIPMENT ROTARY PROVIDED 1 1 /2 "HOS /R - 3/8" CA 1 1 /2 "HOS /R 3 /4 "HOS 3/4" HOS 3/4" HOR 1 1 /4 "HOS /R 3 /4 "HOR 3 /8 "CA 17 �_ 2 . %.� O ' �i �r s ' 3 /8 "CA 3 /8 "CA L ROTARY SUPPLIED POWER UNIT COMPONENTS: SEE 1. STACKED PUMP -� 2. REVERSIBLE MOTOR -�- 3. HYDRAULIC OIL RESERVOIR 4. AIR CONTROL PANEL 4 112"' CA, 150 PSI TO SHOP AIR 480V, 30 1J2 "CA TO SOLENOID VALVE FOR SUMP PUMP CONTROL PANEL 1 1/4" "AIR ACTUATED OIL VALVES BY ROTARY HYDRAULIC DRIVE BY ROTARY I 1 /2 "HO5 /R 3/4 " HOS -. TYP 1 /2 "CA TO SUMP PUMP POC TO ROTARY PROVIDED EQUIPMENT 1 1 /4 "HOS /R 3/8 " CA NOTE: ALL UNDERGROUND HYDRAULIC PIPING AND COMPRESSED AIR PIPING TO LIFTS SHALL BE IN SECONDARY CONTAINMENT PIPING. 1 /2 "CA-r 3 /8 "CA 3/4" HOR HYDRAULIC HOSE CABINET PIPING, SEE WHEEL BASE LIFT — TYPICAL PIPING DIAGRAM SCALE: NONE 1- REAR JACK HYDRAULIC DRIVE BY ROTARY AIR OPERATED DIAPHRAGM SUMP PUMP MIDDLE JACK HYDRAULIC HOSE CABINET, FOR CONSTRUCTION 1 1/4 "HYDRAULIC OIL DETAIL., SEE,, BALL VALVE WITH AIR ACTUATOR, ROTARY PROVIDED (TYP OF 3) 1 1 /4'HOS /R TO PUMP (TYP OF 3) REDUCER 1 1/2" THREADED CONNECTOR WITH SWIVLE (211 OF 3) - 1 1 2 FRONT 1 JACK - --- 1 1/2" HOS /R TO MIDDLE JACK ?Alt- 0320 480V, 30 ISOLATION VALVE 1 /2 "CA TO SHOP AIR FAIR CONTROL PANEL BY ROTARY, WALL MOUNT W/ 3/8 °EXPANSION BOLTS (3) 3 /8 "CA 10 AIR CONTROL PANEL 1 /2 "CA TO ROC 1. 3/4" HOS 3/4" HOR 1 I /2 "HOS /R '0 PEAR JACK — (5)3/8 "CA TO AIR CONTROL PANEL —3/4" HOR TO RESERVOIR 3/4" THREADED CONNECTOR WITH SWIVLE 1 /2 "CA TO SUMP PUMP 1)3'8 "CA TO MULTI -LOCK \� 1(2)3/8" CA TO FRONT IHYCR. DRIVE (_)1/8CA TO REAR l HYDR DRIVE HYDRAULIC HOSE CABINET PIPING DETAIL OC SCALE: 1 1 / "= 1' -0" 5ECFRIDARY CONTAINMENT PIPE. 11151511. PER MANUFAC IURERS RECOMMENDATIONS (TYP OF 5) RECEIVED CITY OR TUI<WOA AUG 3 0 1994 PERMIT CENTER No REVISION BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 L Gerona /Langebertet Inc. /IIII MacimMo n eete.l cowling Peon.. • • D DESIGNED' KAP 171 E T R 0 Ring County Deft. 01 Metropolitan Services 007 AUGUST 1994 DRAWN CHECKED: 430 MIS RECOMMENDED: SCALE. AS NOTES APPROVED Y rums 1 -1 -B5 E V CONTRACT NO. 1/018 -04 TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS — HYDRAULIC UFT REPLACEMENT WHEEL BASE LIFT TYPICAL MECHANICAL DETAILS OLE 40 DRAWING NO M2 SHEET NS.41 00102 G H IP iii = m 1 lEE 11.1 r '- REDUCER 1. 3/4" HOS 3/4" HOR 1 I /2 "HOS /R '0 PEAR JACK — (5)3/8 "CA TO AIR CONTROL PANEL —3/4" HOR TO RESERVOIR 3/4" THREADED CONNECTOR WITH SWIVLE 1 /2 "CA TO SUMP PUMP 1)3'8 "CA TO MULTI -LOCK \� 1(2)3/8" CA TO FRONT IHYCR. DRIVE (_)1/8CA TO REAR l HYDR DRIVE HYDRAULIC HOSE CABINET PIPING DETAIL OC SCALE: 1 1 / "= 1' -0" 5ECFRIDARY CONTAINMENT PIPE. 11151511. PER MANUFAC IURERS RECOMMENDATIONS (TYP OF 5) RECEIVED CITY OR TUI<WOA AUG 3 0 1994 PERMIT CENTER No REVISION BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 L Gerona /Langebertet Inc. /IIII MacimMo n eete.l cowling Peon.. • • D DESIGNED' KAP 171 E T R 0 Ring County Deft. 01 Metropolitan Services 007 AUGUST 1994 DRAWN CHECKED: 430 MIS RECOMMENDED: SCALE. AS NOTES APPROVED Y rums 1 -1 -B5 E V CONTRACT NO. 1/018 -04 TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS — HYDRAULIC UFT REPLACEMENT WHEEL BASE LIFT TYPICAL MECHANICAL DETAILS OLE 40 DRAWING NO M2 SHEET NS.41 00102 G H 2310026 -404 +5 -HPIT2 8/10F B C E G H SUMP PUMP CONTROL PANEL, INDICATES ON /OFF AND HIGH LEVEL ALARM. MODEL: PNEUMER - CATOR, MODEL PNLC 1004 (TYP OF 2). FIELD LOCATE PANEL NEXT TO POWER UNIT FOR BAY OF USE 1 /2 "CA 100 PSI 1 /2 "CA (TYP OF 4) JACK (TYP) PLATFORM (TYP) MANHOLE SPACE BELOW GRADE (TYP) SOLENOID VALVE (TYP OF 4) ROTARY SUPPLIED POWER UNIT COMPONENTS: SEE 1 HYDRAULIC OIL RESERVOIR 2. STACKED PUMP �,- 3. REVERSIBLE MOTOR 4. AIR CONTROL PANEL —� • 1 /2 "CA 100 PSI SHOP AIR • 5. LIFT CONTROL PANEL —� TYP 1 1/4 "AIR ACTUATED OIL VALVE BY ROTARY (TYP OF 4) NOTE: ALL UNDERGROUND HYDRAULIC PIPING AND COMPRESSED AIR PIPING TO LIFTS SHALL BE IN SECONDARY CONTAINMENT PIPING. 1 1/4 "HYDRAULIC OIL BALL VALVE WITH AIR ACTUATOR, ROTARY PROVIDED (TYP OF 4) 1 1 /4 "HOS /R TO PUMP (TYP OF 4) REDUCER - 1 1 /2 "HOS /R TO JACK 4 — 1 1 /2 "HOS /R TO JACK 3 3 /8 "CA (TYP OF 5) 3 /8 "CA LINE TO MULTI -LOCK 1 1 /2 "HOS /R (TYP OF 4) HYDRAULIC HOSE CABINET, SEE FOR CABINET PIPING, SEE PLATFORM LIFT - TYPICAL PIPING DIAGRAM OB SCALE: NONE MULTI -LOCK 3/8" CA FOR SUMP PUMP DETAILS, SEE HYDRAULIC HOSE CABINET, FOR CONSTRUCTION DETAIL, SEE IMF — 5 3 /8 "CA TO AIR CONTROL PANEL 1 I/2 "THREADED CONNECTOR WITH SWIVLE (TYP OF 4) 1 1 /2"HOS /R TO JACK 1 3 /8 "CA TO �`--- SECONDARY CONTAINMENT MULTI -LOCK PIPING (TYP OF 4). 1 1 /2 "HOS /R TO INSTALL PER MANUFACTURERS JACK 2 RECOMMENDATIONS. PLATFORM LIFT (FRONT) HYDRAULIC HOSE CABINET PIPING DETAIL OC SCALE: NONE OR PLATFORM LIFT - SUMP PUMP SCHEDULE IIM III SUCTION : AIR INLET REDUCER Cy . MULTI -LOCK 3/8" CA FOR SUMP PUMP DETAILS, SEE HYDRAULIC HOSE CABINET, FOR CONSTRUCTION DETAIL, SEE IMF — 5 3 /8 "CA TO AIR CONTROL PANEL 1 I/2 "THREADED CONNECTOR WITH SWIVLE (TYP OF 4) 1 1 /2"HOS /R TO JACK 1 3 /8 "CA TO �`--- SECONDARY CONTAINMENT MULTI -LOCK PIPING (TYP OF 4). 1 1 /2 "HOS /R TO INSTALL PER MANUFACTURERS JACK 2 RECOMMENDATIONS. PLATFORM LIFT (FRONT) HYDRAULIC HOSE CABINET PIPING DETAIL OC SCALE: NONE OR PLATFORM LIFT - SUMP PUMP SCHEDULE MARK TYPE SUCTION DISCHARGE AIR INLET 00310 MODEL N0. CONTROL AODP -2 AIR OPERATED DIAPHRAGM 1 FNPT 1 FNPT 3/8 FNPT INDUSTRIAL WASTE HARLOW PUMPS ITT MODEL 1AOD FLOAT SWITCH, NEMA 7, M ACNE TROL B -10, ISR o3c) AODP -2 SUMP PUMP OPERATING SEQUENCES FOR PUMP CONTROL PLUS ALARM WHEN THE LEVEL RISES TO THE MIDDLE FLOAT, THE PUMP STARTS. IF LEVEL CONTINUES TO RISE, THE UPPER FLOAT ACTUATES THE ALARM SWITCH WHICH REMAINS ACTUATED UNTIL THE LEVEL DROPS TO THE LEVEL DROPS TO THE MIDDLE FLOAT. AT THE LOWES1 DiSPLACER LEVEL THE PUMP WILL STOP. CITYNCFETUNWILA AUO 3 0 1994 PERMIT CENTER REVISION A B 110000 BY DATE KCM • KCM, Inc. 1917 First Avenue Seattle, Washington 98101 Berona /Langebartel, Inc.. Made ttal Me 9J Caeeig EnOneors D DESIc0ED: KAP DRAWN. CHECKED, JLF MEB RECOMMENDED. 0 " m E T R ® King County Dept. of Metropolitan Service SCALE: TRANSIT FACILITY IMPROVEMENTS AS NOTED TYPICAL DETAILS - HYDRAULIC LIFT REPLACEMENT 0000RACr NO APPROVED: TM 18 -94 PLATFORM LIFT TYPICAL MECHANICAL DETAILS DALE AUGUST 1994 FILE NO 5 4 3 2 2310026 -404 8 /10F N II A CO BOLLARD • B C • E F • G H _70 TYP> ALL FRAMING FOR CONTROL PANEL TO BE WELDED STEEL CONSTRUCTION AND HOT DIP GALVANIZED 910012 " CONTROL PANEL ROTARY PROVIDED 1/4" THICK PLATE TYP 4x18x1/4 STEEL PLATE (TYP) 1/2'0x14" UNC BOLT (TYP OF 4) NORTH AT ATLANTIC BASE CONDUCTORS AIR CONTROL PANEL AND POWER UNIT CONTROL PANEL MOUNTING PARTIAL PLAN TO SCALE 1 " =1' -0" `EXISTING CMU WALL NORTH AT SOUIIS BASE FRAME TO BE FABRICATED FROM 1 1/201 1/2o1/8 WALL SQUARE TUBING 1 " MIN FROM CMU JOINT, TYP EXISTING CMU WALL CONTROL PANEL 1/2T0 x6" CONC ANCHOR D DETERMIN EXISTING FLOOR SLAB CONTROL PANEL MOUNTING SECTION SCALE: 1 " =1' -0" ° DRAINAGE O TRENCH F34 0320 4 WIDE 01/4 STL PLATE, TYE. z 0 EXISTING FLOOR SLAB — 6 "0 STEEL BOLLARD, PAINT EXTERIOR WITH "CAUTION YELLOW" PAINT. COORDINATE WITH METRO AND DIRUCTURAL TO FIELD LOCATE. GROUT AROUND PIPE TO FORM HOUSE - KEEPING SKIRT CONTROL PANEL MOUNTING SECTION SCALE: 1 " =1' -0" 0 --8"0 CORE DRILL IN FLOOR SLAV GROUT WITH NON - SHRINK GRUU0 CIrYROFRIVED A AUG 3 0 1994 PERMIT CENTER No REVISION BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 rn /Lan gebariel, Inc. Ms R os l comae E I • • • DESIGNED KAP DRAWN, CHECKED. JLF MEB RECOMMENDED. O„ 111E T R ® King County Dept. of Metropolitan Services DATE AUGUST 1994 SCALE: TRANSIT FACILITY IMPROVEMENTS AS NOTED 000000CI N0. APPROVED. T/M18 -94 TYPICAL DETAILS - HYDRAULIC LIFT REPLACEMENT PLATFORM LIFT TYPICAL MECHANICAL DETAILS NEE N0: DRAWING No: M4 SHEET NO 44 0 oz. • Lass 1 -1 -95 I • • • H B E • 48" SEE NOTE 2 PLAN FRACTIONAL HORSEPOWER MOTOR AND GEAR PUMP. USED TO CIRCULATE FLUID THROUGH SPIN ON TYPE FILTER. CYCLES AUTOMATICALLY FOR 1 HOUR EVERY 24 HOURS. FLEXIBLE COUPLING 20 HP MOTOR 3 SECTION PUMP SEE NOTE 1 DRAIN VALVE BY ROTARY ELEVATION 1 1/4"NPT COUPLING (TYP 3 PLACES) WHEEL BASE LIFT POWER UNIT TYPICAL DETAIL A SCALE: NONE SIDE ELEVATION SIGHT GLASS 52 1/2" SEE NOTE 2 FLEXIBLE COUPLING 25 HP MOTOR SEE NOTE 1 PLAN FRACTIONAL HORSEPOWER MOTOR AND GEAR PUMP. USED TO CIRCULATE FLUID THROUGH SPIN-ON TYPE FILTER. CYCLES AUTOMATICALLY FOR 1 HOUR EVERY 24 HOURS. 4 SECTION PUMP DRAIN VALVE BY ROTARY ELEVATION PLATFORM LIFT POWER UNIT TYPICAL DETAIL 0 SCALE: NONE 1331--(mo SIDE ELEVATION 1 1/4"NPT COUPLING (000 4 PLACES) SIGHT GLASS NOTES 1 FOR EQUIPMENT PAD REQUIREMENTS, SEE DETAILS CALLED OUT FROM PARTIAL PLANS. 2. MECHANICAL CONTRACTOR TO INSTALL AND COORDINATE ALL LIFT PIPING CONNECTIONS AND COMPONENT REQUIREMENTS WITH THE MANUFACTURER "ROTARY" 1(300) 445-5438. 3. INSTALL RESERVOIR WITH DRAIN AND SIGHT GLASS .131 BE ACCESSIBLE FOR REGULAR MAINTENANCE. CITYRO7VUTWILA AUG 30 1994 PERMIT CENTER REVISION BY DATE KCM, Inc. KCM KCM, Seattle, t eFirst s luAvnIntuo ne 98101 Berona/Langebartet Inc. MecheNcel BecIrtel °melting EngIneere V t'LZ.o.ao■L 'tlor DESIGNED. KAP DRAWN. CHECKED JLF MEB RECOMMENDED APPROVED. rn King County Dept of Metropolitan Services 1143C■PETRO DA. AUGUST 1994 SCALE. TRANSIT FACILITY IMPROVEMENTS AS NOTED TYPICAL DETAILS - HYDRAULIC LIFT REPLACEMENT )nom. ■,,, " ,rn d CONTRACT NO: T/M18-94 TYPICAL MECHANICAL DETAILS FILE NO: DRAWING NO. M5 2 ■ I 5 4 2 L0 0 oo 0 0 1 N 0 0 N • • • • • D • E • • • 1/4" THICK STEEL PLATE 12" 5" 12" 5" 1/8 "PLATE W/5/8 "0 CONE ANCHOR (TYP 4 PLACES) 2 "x1 "x1/8" ANGLE 1 "x1 "x1/8" ANGLE HYDRAULIC HOSE CABINET PLAN SCALE: 1 1 /2" TYP 1 "x1 "x1/8" ANGLE, TYP 1/4" THICK STEEL _ END CAP (TYP BOTH ENDS) COVER REMOVED CLARITY 1 /4 END PLATE FOR �I "THICK STEEL PLATE. TYPE' z E T 5I �j Ti \ \ , I / r/ \ \J I 2" 1/8 "PLATE W/5/8 "0 CONE ANCHOR (TYP 4 PLACES) 2 "x1 "x1/8" ANGLE 1 "x1 "x1/8" ANGLE HYDRAULIC HOSE CABINET PLAN SCALE: 1 1 /2" TYP 1 "x1 "x1/8" ANGLE, TYP 1/4" THICK STEEL _ END CAP (TYP BOTH ENDS) COVER REMOVED CLARITY 1 /4 END PLATE FOR �I "THICK STEEL PLATE. TYPE' z 1' -5" 1._5" 5I �j Ti \ \ , I / r/ \ \J O O 2" 2" 1/201/2x1/16 ANGLE (TYP OF 3) O TYP} Co i� PROVIDE 1 /2 "0WEEP HOLE FOR DRAINAGE, TYP. (COORDINATE WITH CONCRETE HOUSE KEEPING PAD INSTALLATION NOTE: HYDRAULIC CABINET TO BE WELDED STEEL CONSTRUCTION, HOT DiP GALVANIZED SECTION SCALE: 1 1/2 " =1' -0" 3/8" THICK S FEEL PLATE 1 "xl "x1/8" ANGLE 7'x1 "x1 /8" ANGLE 1/4" THICK STEEL END PLATE TIP 1 "tl "x1/8" ANGLE CONCRETE PAD rte— 4.8" D FLEXOIBLE HOSE OMIT PIPE FOR PLATFORM LIFT HYDRAULIC HOSE CABINET �I 03a0 1/4" THICK STEEL PLATE, CUT AND BEND EDGES TO CREATE 1" WIDE FLANGES 4.6 "FLEXIBLE HOSE TYP 1x1 x1/8 ANGLE 2x101/8 ANGLE 1/16" THICK FRONT PLATE, DRILL BOLT HOLES TO MATCH COVER PLATE, SEE / B 1" X 1/8" THICK CLOSED CELL NEOPRENE GASKET AROUND FRONT PANEL SECTION SCALE: 1 1/2" =1' -0" ELOED NUT EXISTING INSERTS FOR BOLTS ®3' -0 "0C 1 5/8 "x1 CHANNEL, 5/8" UNISTRUT GALVANIZED COVER PLATE DETAIL SCALE: 1 1 /2" =1' -D" --- CONCRETE BEAM AT CEILING APPROXIMATELY 20' -0" ABOVE FLOOR 1 /2"THREADED GALVANIZED ROD 2 1 /2" UNIST RU1 PIPE CLAMP, GALVANIZED DETAIL SCALE: NONE 1 /1K" I STEEL FRONT T PLATE NEW SLAB, SEE SIRUCTURAL EXISTING SLAB - ", 0000 SECTION SCALE: NONE NEW SLAB, SEE STRUCTURAL EXISTING SLAB -o 000 SECTION SCAL NONE NEW SLAB, SEE STRUCTURAL EXISTING SLAB TYP CONS (RUCTION JOINT, TYP SEE CONTROL DENSITY FILL SECONDARY CONTAINMENT PIPE (TYP OF 5) CONSTRUCTION JOINT, TYP SEE CONTROL DENSITY FILL SECONDARY CONTAINMENT PIPE (TYP OF 4) 00000 0000• SECTION SCALE: NONE NEW SLAB, SEE STRUCTURAL EXISTING SLAB - N \0000000 00/ >�~ - CONSTRUCTION JOINT, TYP SEE r1 CONTROL. DENSITY FILL -- SECONDARY CONTAINMENT PIPE (TIP OF 10) CONSTRUCTION JOINT, TYP SEE_ CONTROL DENSITY FILL SECONDARY CONTAINMENT PIPE (TIP OF 'IL) RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER '•P1 TOY No. REVISION A • IIIIIIIIII BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 A Berona /Langebertele Inc. MeehWCN Ebdrkel ConsjEM EeOm C D DESIGNED KAP DROWN. CHECKED MEB RECOI0NENDED. 'PAMETR 0 King County Dept. of Metropolitan Services GATE AUGUST 1994 SCALE: AS NOTED APPROVED: • r 1 -1 -55 E CONTRACT NO' T/M18 -94 TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS - HYDRAULIC UFT REPLACEMENT TYPICAL MECHANICAL DETAILS FILE NO oPAWING NO: M6 SHUT No 5 DI 1 OZ V 3 2 1' -5" 1._5" 5I �j Ti O O O O 2" 2" 1/201/2x1/16 ANGLE (TYP OF 3) O O NP 3 2 -8 PLACES 2 -8 E O 0 0 0 EXISTING INSERTS FOR BOLTS ®3' -0 "0C 1 5/8 "x1 CHANNEL, 5/8" UNISTRUT GALVANIZED COVER PLATE DETAIL SCALE: 1 1 /2" =1' -D" --- CONCRETE BEAM AT CEILING APPROXIMATELY 20' -0" ABOVE FLOOR 1 /2"THREADED GALVANIZED ROD 2 1 /2" UNIST RU1 PIPE CLAMP, GALVANIZED DETAIL SCALE: NONE 1 /1K" I STEEL FRONT T PLATE NEW SLAB, SEE SIRUCTURAL EXISTING SLAB - ", 0000 SECTION SCALE: NONE NEW SLAB, SEE STRUCTURAL EXISTING SLAB -o 000 SECTION SCAL NONE NEW SLAB, SEE STRUCTURAL EXISTING SLAB TYP CONS (RUCTION JOINT, TYP SEE CONTROL DENSITY FILL SECONDARY CONTAINMENT PIPE (TYP OF 5) CONSTRUCTION JOINT, TYP SEE CONTROL DENSITY FILL SECONDARY CONTAINMENT PIPE (TYP OF 4) 00000 0000• SECTION SCALE: NONE NEW SLAB, SEE STRUCTURAL EXISTING SLAB - N \0000000 00/ >�~ - CONSTRUCTION JOINT, TYP SEE r1 CONTROL. DENSITY FILL -- SECONDARY CONTAINMENT PIPE (TIP OF 10) CONSTRUCTION JOINT, TYP SEE_ CONTROL DENSITY FILL SECONDARY CONTAINMENT PIPE (TIP OF 'IL) RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER '•P1 TOY No. REVISION A • IIIIIIIIII BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 A Berona /Langebertele Inc. MeehWCN Ebdrkel ConsjEM EeOm C D DESIGNED KAP DROWN. CHECKED MEB RECOI0NENDED. 'PAMETR 0 King County Dept. of Metropolitan Services GATE AUGUST 1994 SCALE: AS NOTED APPROVED: • r 1 -1 -55 E CONTRACT NO' T/M18 -94 TRANSIT FACILITY IMPROVEMENTS TYPICAL DETAILS - HYDRAULIC UFT REPLACEMENT TYPICAL MECHANICAL DETAILS FILE NO oPAWING NO: M6 SHUT No 5 DI 1 OZ V 3 2 4 3 2 • • • • A • • • • E • • • 25"0 " I 55'0" 48".16j11 3015.0 'N a N 5 -2 2 14,-1-4 01_1 OF 200556 025255,...3 55 5 -/6 I-I .578: pE0 575 (755) 3 -2 R6MO E HOIST- PITS lv ru15 ARPA, TYPICAL, — PLAGES -v. 3G' 9,01 t' F r /Q 2 ( 1 3 -2 )301 R RI 3 -7 S5 143 18.01 Op) "iii — <-> O -- ' L3186E 1 11 /3-2 3 2 ( 3 -2 _f ) 3 LL ry:) %4) m 6 0 30 30' 91 a -2 OR -j 8'/e 3 e- 8' 25 - a-7 \ 1 3 -7 (21 1345,8 0 1 2 F /a -2 / 4 0 1 / 3-2 3, 6 _3 6 1 G'. J O 8=0' Y n tol 5-7 111 3 7 1\,- _.. 32 '0 a 7 /I /JL 1 h_r 4 61'20" Y '0 Ai 170 � o g it ro • '3 2 34'0' 34 0 NOTES 1,5 05545 ' O'OR /(C ED P"[RS 4/ 6040E 83402, 552 S6/ 3 Lt NO0G50 ON0/45 kt. / AS f Pq V3 pp 005 29A-2455 N k/0/I) 5RC/4/ A 5055 -505(5.5. SEE /48 255 /O/Ar /ON A 5 /sc. f OU/VOAT /O/-2 /L .4 Al J 46,0„ OMA5-52.2 25 LRL,c/ P /ER I, 2 I - v a t -.4 007706 25 55,550 2/e/1 0.55/213722 21 3553450:V 055 E0 s as *rom OF oKaEeo aea I11,1d E ORAWIYe. REVISIONS SCALE a °,0' MUNICIPALITY OF METROPOLITAN SEATTLE _ E P c E.P MUNICIPALITY of OKH ... onn7G• „.,E 1, o,., „„o,. �eT oeoL TAN DE LEUW, GATHER & COMPANY T7- I -From 11 I a -/ ■ 6 7 �I it '1 !7: /I 1 7 (, 2O "5 1 . — A 4 22 =_ . >6 LIUf 1 r 1' 13 °1 a... II SOUTH OPERATING BASE FOUNDATION PLAN 045, GIIC'i ED /4 -11 -7g MAINTENANCE BUILDING 0 T3974A it -13 a� 6 —45 144 CITY OF TUBWILA APPROVED NOV 1 6 1994 AS NOTED BUILDING DIVISION RECEIVED CITY CF TUNWILA AUG 3 0 1994 PERMIT CENTER U No. REVISION A • BY DATE KCM • KCM, Inc. 1917 First Avenue Seattle, Washington 98101 • 15NPIREs 0iiira/0 /3 ' • DESIGNED: WGG DRAWN: CACHED: GWO 4' T E T R O Fling County Dept. of Metropolitan Services RECOMMENDED: SCALE: NONE APPROVED: CONTRACT NO: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE- HYDRAULIC LIFT REPLACEMENT DEMOLITION FOUNDATION PLAN DATE: AUGUST 1994 FILE N0: DRAWING NO DIII SHEET N0: 5z Clot 2 A • • C • 0 A • • CCD C ('2 C 26 %o" 0 F8 -0" C �J /B4O C 2/ -0' 41754NATE CONKS /= { 2 ,00"REIMFW. • . 24NR, 4,0752 /Roo. C°) 25-0' 25 =v" 62'5 /4. I !J IJ LJ U 0R A0144E1. PavR.. f -'11 -_ -_ _ _ - ...- .C:'::T-- r�2 r _- ! 1 -OU �,Jvl ^ l -I (/ /P) '�_ 4. 8 /Trl )_I -_I - I t— E... - -I - -' ■ _ rII'�_s IY 2E /H /v3 0LG !. !IIII'F_ - -- TTEX)N y, "____ /N7 CGNSI. JJT 1 /NT. NnLL - _.. 1 I SB i ;l �.; •1 -�. C or . I cf I ' r E� / �� ' - 2u �_ /o 113-0 ..F._...�. B GMU; )YF/ III I \ j.re NoTEG _ \ 2� lOp C. — r - _ ,'Ia'� _- LAI nI r F r ,:I k1 J> II `S ri I I,1 (' I II: r Al �� ..'___ •:, -1 dilik j /2 LMd a ::. : :ama.� :L1II . II: I -{ -�� - 1 -ip�- 20 FOSEE j - . — �- `O ® 411,k JO 7P� it ? IO °61 WASTE OR / SJMp LTYP), { d +"4 L-^ /2' - T(F!) . I _ S 076 O -- NI,, I - _ ._� ®� Ii ,,F-] eeW I� I • a�ri�,. CIC(hiii CGW67 JO /Nis Lam' CR /o UN 5 HALF GRNJ L /NCS n3 SWIM AND e /NEO3 T 2f X24'60.'. T✓R)I, SEE SR /2E /NF T' y : �O J _ p 7 a - ,� �, ... ..� - - Js}Y' I II Ilse ON I.___ — --,-F ,1/ .i 11 ,I I N `N 8 r l� I9 • � 63-6i E L6. I I I - III 1 c,- �6UAR0 ' 7-FLOOR SEED 452, L 2 SR. M -4 - ,/L [.'/NU � VAlLS, SEEp ,,' 11 ARCH OW � III 9 -- FOR LOGATe/O, FOR � r , _ p ,...2' N, 1 Ig '' -TYP. GO ooNST Z2, L M�� OZ ` -1.--i- - O 5/l I F it p SQE NOME 1 L.. © 11 :.. • SN s--- /5 fR 2EiNr Ir 2 �" I rB. ` yep �T 0. 0;. �._ Slack A -O T L /ex/ 5E 1 C'' J 1 1 it 1 I II 79 ' -. �, \ air \ \ -0 F \ -1 1.„‘„, 5 15 oa?Eln'. LI C'- -C ~ /5 NF.1.18 f-'-' I /2 CMU r h I -_ IL —� .`..° .._ — - _ 1 110.1111Mah, .__,. �Q —_ { /�// i / ` \ atl ` T �;' E.g.. i/ �F-SH I. 2Cm h� \9 n 3 BCMUI tr C ,,,=,- j I h: ( IIUJ�� L; III i J II 11 I 7I8 I I .-I ? e DI I 481 4 � a:.' _��_ `DRIVE ON TYPE HOIST fits se FOR DETAIL... —1 a. __ SOO �D —� ®-7 �/21 \ © .I s I 2 n L _ll _,,i E o °� 9 r El -'o" f 2•J` Lg c :u I ' \' \A / / /\ ® -R CMU / R O 22 / /a° GONG ,oy I ., _ H - VI .7'4 1 I� 7 8 48' .I I I 8 1 I [I _ /E� �! O'R'/l4- F FS /E SN S / OH I -- I . L ..9 -1 -- l2 °c,:+ .1 -H "cmu - h/ T �AH� oTEQ3 4 -- i I i I /28I I{ i- Ir N SSE a a Ir o'covc, ® r // -8 8(6 5 0 ; 8 -` MU -i--- Y (I 7Y2) - 'i III r.1.i- ,o, _ 0 - i, _- I I_.....- i-- ` 0 ■ - -- - f r ( � 8 LM 5/311 I� _ C:AU� a' ✓Il / ( , 2 "cMU -- i I- 1 I -_._ :N N - _ -__ ____ - -1 ( 4 a : .._ /'4i J`ti° 9 _.� -il r -ELE AT21 S. /5 -CN T J7 (7YR) L 11 J 4Z 0 Q /6 :5.4 I62• 1 — t .' T (`VF7 - -- ryl1 'T V- \ I- T 12` Io I- 1 111 l 6.D rA 27/6 - -f III i A "£ TIC 2 l4 � `� V v-I 1' ' 1 q /954 1.,;.. JI, -- _ �� J J STA /R C L;, ./ r .._ '.:J �.' 1- L -i -J - - -�I .:, .. .. �. .' r � / ENCE DRAWINGS r.- ._.... -'I .... 2' 20/ 0" O. c. (774X. ) /. 4E/FR TO ARCH /)-<CTURAL 211/66. FOR .41/ 0004 ` /V%400/V 04/1//'/6 2. , /EFE4 TO-I, 'C.E TECTURAL, MECU4/'1C41, EL ECTRIC4L AN0 1000E2/57 owes. FOR 6/26 420 406,40446E RE<N/ /Oj'A, IVT; 108 ALL EUVCT/ON4/ "EYE SCALE 2.4 10 20 E.G 20 MUNICIPA mu Ic Tr AT TEE T 1/„_-,I I NOTE: /.4'.R 2,.6.) L &04/70/0 OE coNS/ S CON/ROL .90.7 /70 UNDER 7HE '484 ZAN; NE AREA 4.2E OETE2/n/NEO 32 5/4/. L E COLUMN 2000)707/ SEE 57i . 5 -4 FOR 0504/LE OF SL4B. ITY OF METROPOLITAN SEATTLE SOUTH OPERATING BA 0 F 0' N 0 8 CMU '/03 CONS 11/IUC T ED" .-.,. 4 -1079 DE LEUW. CATHER & COMPANY ,7",‘,'"777,11777 FLOOR PLAN NOTES: Oj SOAWMU 5 SNOWNS REO2D SEE 6/52. RPa140VE SLAB, PITS ANO Ifo/5T EQUIPMENT 6,m /cur ' L O A5 RED'? To L /44/r5 SHOWN. REMOVE 544&5, P /PE5 ANR F /LG M076R /M1_, SEE a. /nn- ,OeMove 1/%1/f."27" EQU /PMENT AN1.2 PN76EPPEd 07-gE7- FRA4V7ES //V SLAG. CITY OF TUKWILA APPROVED NOV 1 6 1.994 AS NOTED BUILDING DIVISION RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER rid 9 004 REVISION BY DATE KCM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 A P1•001 9I9 9 B • O DESIGNED: WGG METRO King County Dept. of Metropolitan Services DATE: AUGUST 1994 DRAWN: CHECKED: GWO MSLyf,&, RECOMMENDED: SCALE: NONE APPROVED: CONTRACT NO: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT DEMOLITION GROUND FLOOR PLAN FILE N0: DRAWING N0: D112 SHEET NO: S,h OFIO2. 'EXPIRES OE/09lgriT V s • 5 4 I/I A • B • C • D • 2 /LO^ L8 /0 ____.... �.� /6''7 "...... /0576/01.O /2 1/400 /N7ER /012 W3/c ( Lon,. 012 10/40) /4E0 J7 F /GG 'N /71/ EX /85E 5E9 /2 4'V / 4/ /EO ✓O /N F /GL W/ /7550,/310 SE4LE2 WJO /NTS /7H/N 245 PROM /5/7/11/G. ? RE /NF.71/ •UGH70570 . ✓T. 5 MO 74166 /0 75(77P) 57 /05 /06 WALL JO/ 50/57 /WALL J0 /1/7 0R 0010) N\ /2" �\ YI NT X07 6X,76/1/0/S /04/ /2 OWE/ Et, /7. EALN 04. 7YP) ,1/07M0-0 J7. /[L N7N FLEX /9CE SE4LER(77P) _X7/0/1 /OR WALL 05/7/1 OPEN/N0 J0 /1/7'. N CoNS7'. 07 /ON JO /N /N7ER /0/C C1/cON/N JO /NT 0 on 061 46E. TYP /GAL BLAB DETl9 /LS GOR SLAB. OEMOG /77 ON /NFOR//HT /ON ONLY 44' COL. 2- 'x6X6'0'(7.YP) . COLUMN 510/07500 JT, 2" CMu PROVIDE. MONORAIL. AT ET_EVA0IONS 96.96 CONSIST,Re OF 55T 29 AND 05,11.5 SUPPORTED AT 54.0 °.C. AS DETAILED IN SECTIOI•1s )4--24. PROVNOE LATERAL BRACING TO`: /AI,. ON 1.11 IS ®45 DETAILED SECTION ). HRACKET END OA 6/0 //.\\'056'.0 TOWALL OII LIIIE�A$ IN BEGTIII 2). PROVIOC ENO 510/5 'OR TROLLEY. `0 121 CMUf `6 205,5 /2',.152 MOnl:7RAIC ,r O 0/005 .)NGL E FOR C /Lk /E, SEE 420%, p(NG S, 4.1 400 2- °4 ne=0 "- O /AG '•/L 47 00!12 "2 STAIR "3, 7 t /!EY -- POUR / 0040. SCAB? 11` ) ,e000 3470/) F` 8 -0' 5105575.. JO (7(p). 8"5010— G "CURE L 57,A/5 /p PLAN AT c-O/u /55445 47 00.4NER JO /NT GoN0 /7/0/0 47 P17, 0/70. ///g„ 8,4' .f0UR / 24`1 K57,7/P ,PE /NF. O h'07E5 SEE /JRWei S/ r`!/, 73'/%/4/ OE74 // S 0FWAoL 420 OTNERJO /N1S. 2. 0/147ON OF 451 00/17500 ANC CON5200C7 /01/ JO /N71' SF /ALL 8/5 000204547/00 0/71i 50L/ /PMEN7 00'4/NS, P /75 ANO 00NE/2 /55507/747 /065 /N 7NE /2002 SGA/3. 3, 7NE CON7R4070 /2' 3/04LL 505)1/7 7NE PRO/VS -ED JO /NT /0047 /0/54000 PO4/R /NO SEQUENCE 70701E 007 /NEER BEF056 P.PoCE50 /NC-/ N /71/ 7'07/1 - Q. :t? /NIMUM OF 04 NA',. 5070/0/01/ PL4C /1/4 401405157 P0UA'S. 1./SE C NS/RUC7 /ON JO /1/7 0E79 /5 47 AL 40J4CEN7 /501/125. S SEE 4SCN /7E5-7,29L 0540/205 FaR F /N /5,4' 505020/0 / /Ztl C/P SL40 4 3 "F /N. (8'G4U ^I EC7 /ON MEZZAN /NE /2006 70/5/5 /N6 J7/1/7 057,4/05 /10 • 5040E FOR 3 "0205 0311K- ompounox 9S ¢',54X. 77/2/645 ,5627/0/5 OF 0E01( �704C. 974)1, FOR 5/7A2s SEE 5N.5 -15 BEAN/ AROUND 0240.5E7 5007 5N5-f3 701 AE /NF. 7 -/0' 12x005(, 8'CM(l7- 55 % PROPE/17 /E5 5' 0E174 (Oi lc S 0E0k 40ECK A4 l/) ( /N_) ( /55,) (P5/) 7(/ ( /55/) ( /N') (/N.) 1/1/) �0M1G ( /N) (K:,7) 3 3500 3000 3250 3/37 369 11 32 296 ®3500 5000 3250 87/3 437 j 2y 329 5/M/747/0n/5 4 RE5oN/MEN0A7 /ON. (2) NUM,12/0 OF y °qt 270 'r/' 57/24205 PE2 UAW ( 3) 0L) /014/7 M0M7017 04/530/77 PE/2 G/Nl7 /1/0120 /N 71/E 2E04IH,0 E55747(Q '611__ 29,N" 574/5 2¢ C //'SCAB N/EZZ4N /NE FLOOr: P[ AN -PENCE DRAWING en r PE 0, ox 1E560 8.7 EP r MUNICIPALITY OF METROPOLITAN SEATTLE MUNICIPALITY OF , METROPOLITAN /1✓ PRATTLE ./0'/_, SOUTH OPERATING GAS ":5S CONSTRUCTED" AINTE NANCE BUILDING DE LEUW, GATHER 8 COMPANY APPROVeO MEZZANINE FRAMING PLAN AND DETAILS T3574 4 -13 aU �P ex0, 47 a, .144 CITY OF TUKWILA APPROVED NOV 1 6 1994 AS NOTED BUILDING DIVISION CITI R OF ECEIVED TUKWILq AUG 30 1994 PERMIT CENTER r' /,IHatvre A REVISION V ,Tri fn §Ir rrv:.Fll 1P. c, BY DATE KCM KCN, Inc. 1917 First Avenue Seattle, Washington 98101 p�U s 1E%PIREa DESIGNED: WGG 1'17 E T R 0 King County Dept. of Metropolitan Services DATE: AUGUST 1994 DRAWN: CHECKED: GWO MSL'A RECOMMENDED: SCALE: NONE APPROVED: CONTRACT NO: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE — HYDRAULIC LIFT REPLACEMENT DEMOLITION GROUND FLOOR DETAILS FILE NO: DRAWING N0: DI13 woe V i1 .1611. lsr131• c SHEET NO: OF ► ► 4 s C • A E MOTE ORQMOVE 51..ASS, HO /ST PITS AL/O HO /ST EPU /PMEA/7 TO LIMITS SHOWA/ OA/ D //Z• SLAB RH 5ECT /ON /7=0° C4PAC/T TS /Ll4 I4 r5, 5 (✓ERIF ENGTN /N F VARIES 0Y -NELO 3RD. 5406 4.O -L "ANC XLE TY HOIST 4 DETAIL 3 = /0' /Pe" (1) V DIES ACCORD AND VA 44 = @/4 /' -O° OVA (A) 8 RE /NF• A' - OR /VE •N TYPE ST 402 04IrBre, -+ 1 -'7'5 TOP { 8777 / -#5 545/05 OF CYL. A) SLAB RE /NF , 90T:S /'-'' DIAI' AL.'8 RE /NF 5 579 "' YP 1 WA 3° SA 'FILL 88 • ALLY SP #5 @9° TYP 4 WA 9° 3 5 L' 72° ALOE %B 0" 0/4 (') iTOT=" LOS' 1.0:45/ 344) F'- CTURED ''CK ✓^✓E.30e. M O- on. CAS1 TYPAL .3" 34NO PlO 03 T /E3 /012' 3 78 -g'S SQUALL L, ? 403 DP4CoO \ O/A L) SPAC: T /ON SE /ON EQUALLY r :C TURED A. K -FLOW 8' °• crL. 049 Y' CAL //a FOR 9454 3 0 OIL T5TO 64/105 550T /0 EQU,'P LENT ANCHOR BOLTS 42 REQU 1450 AS SPEC /F /EO FOR EQU /PMENT Z a4r @8 "Ew 9.50 ( 3 y,4 0- /=6.° CLEAR OPEN /NO HEAVY our/ ROUND, LAST /RON MAVHOLE 4 ..........._� ■=isT ®uff SL d RE /NF VENT P /PE L /2X/2 Xq FRAME SECT /ON 0 Q'J / °X 8° r u. /NO BAR Vie" S ie' 00, 1'- 034. CROSSBAR.+ : ' ' 0..0, y / Q4T/0 ALL V J/ 2 / 50253 n J GRATE 1 ! w1 -a4 U'A REiVF SLAB RE /NF *4 -, @/2 ekrnoo TYPICAL EQUIPMENT PAO DE TA 5- INLET OR74R 8E00 /•V6 '4 @8 E114 SUMP SECT /ON 3 -44 SEE /Jar£ Oi NO FOR EXACT LOCATION AND LENGTH SEE caRNE45 'VECHAN /CAL D.4v /E3. WASTE OIL SUMP REFERENCE DRAWING REVISIONS FO 440 RAP MUNICIPALITY of MUNICIPALITY OF METROPOLITAN SEATTLE. SECT T /ON /1'1,0' 53 SECTION DE'LEUW, GATHER & COMPANY 3 /M /LAR 6-5 SOUTH OPERATING BASE ILi/`i/ rrucr: 4 -77779 MISCELLANEOUS DETAILS MAINTENANCE BUILDIN F_1374 S 20 63 o. 144_ I(CM KCM, Ic. 1917 First Avenue Seattle, Washington 98191 No. REVISION BY DATE �elt4p r`h+e.eMmearfFryLhtafH ptt rnt ^tM *yRx V "4Y7 �PV,1yq V • V ,p. If .EXPIRES O11/0E /k(5..f . e.rD+TNTm.paxa�.wy rtt + .. DESIGNED: WGG DRAWN: GWO C1TY OF TIIKWILA APPROVED NOV 161994 AS NOTED BUILDING DIVISION RIED CITY OF ECETVUKWILA AUG 3 0 1994 PERMIT CENTER n'� m E T R ® King County Dept. of Metropolitan Service CHECKED:: SCALE: MSW NONE RECOMMENDED: APPROVED: CONTRACT NO. T/M18 -54 • TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT DEMOLITION HYDRAULIC LIFTS DETAILS V DATE: AUGUST 1994 FILE NO: DRAWING NO: DI 14 SHEET NO: 55 0102 A E F PLAN - AXLE TYPE ldalST DETAIL PILL WITH PITCH A/TEE PIPE IA INSTALLED CAS T- PLACE % CONC. COVE.? WOW g ”, g' ,2A2 NWF I Ie" SECTION �i�} -o3ao SECTION r� SECTION 9 s -z •ONSTRUCTED" • 4 -II- ig REFERENCE DRAWINGS PEVISIO cALIZ.. E.P 0 WANANANI ANNDTED MUNICIPALITY OF METROPOLITAN SEATTLE I SOUTH OPERATING BASE MUNICIPALITY of DE LEUW, LATHER & COMPANY METROPOLITAN SEATTLE c E - nx,c APPROVED 4-4 ./ ,cat..-4.-0- ,cat..-4.-0- C c- Efh7 MISCELLANEOUS DETAILS MAINTENANCE BUILDING T3B741 S 22 53 -13 G i DP 144 NOTES / REMOVE HO /5T EGZUIPMNT; 6Aw6r�ur 'LAPJ ARO REMOVE STEEL ,TEgi ME /N FLOOR 5LAf9 REMOVE 3LA6, PIPES AND P /PE G1/A5E F /LL MATER /AL . CITY OF TUKWILA APPROVED NOV 161994 AS NOlLu BUILDING 01011I05 RECEIVED CITY OF TUKWILA AUG 3 0 1994 PERMIT CENTER N 9905 No. REVISION V A L t*wwP ='.v wvn • .�rri trap 1F BY DATE K C11 KCM,1917 FirInc. st Avenue Seattle, Washington 98101 V V B C D w r r •. -�r +rn• n a xEp ml �.r. DESIGNED: WGG DRAWN: CHECKED: GWO MSVJ9 RECOMMENDED: APPROVED: 619a King County Dept, of Metropolitan Services 3E%PIRE6. :' 00 /09 tic V SCALE: TRANSIT FACILITY IMPROVEMENTS NONE SOUTH BASE — HYDRAULIC LIFT REPLACEMENT DEMOLITION HYDRAULIC LIFTS DETAILS CONTRACT NO T /M18 94 • G V DATE: AUGUST 1994 FILE N0: DRAWING NO: DI15 SHEET NO:560F1o1 A A B • C • • • • H Govr. 06.1 OW4 0-8 0 0 30 ".A 46 DEEP 9]0"¢ / DUST.e /AL WASTE C /. BASIN SUHP EP, ES0 FT 0 ''1.57-EEL CEVER 566 DETAR T \ 2 ",�, \ PUryP D / SON. 3 YTR 0 0 0 /'� 000 1a °mDU(r 1 1E30.24 'I• t f 4 Lv$. UP © O ,,, 8O ® 10 SEE E P.P. NT" 8 THIS AREA. " 11 ' 0 13 CoNT O oN SHEET H-6 .�\ J . •�q' ry 14 1 2 405. UP N 2'2 V. uP o O ff_ 0 ( V Wo vE:NT.I /o^s4 u v 1 I=L Z ABQNDOAI - - �� ()0 ♦I ♦ r. UP 27.6. *9.7 4 "P. S. UP l E. BO , -. I� ' MP-5 :ill py A ���' : 11 1 �I �� I� Fi ✓ O PARA OR ABANDON © 19 °1� •� •ae DPW ® CULT E..fo.1f /6'¢ /4.0 IA /2? WGTWOKK�' r ®10 "le D W 0 c, r sevAR,ATOR 5,,sePAAIL '+{ L� I 2'2' %VTR. _` II D V ; V 1 �1 A 4CO¢ e/o 0 . l .. II ��Y• ) \( ' p� �/INDD p 1 , ^ zq% Z - J i:;iIIpIr0 .�8 ./1 s of W.o ��, EMOVE L "F.D. �� TYP. OF� 4'541. UP '1i!14r:1 \� I °�uP wag .,.I tW. - FR [1 IY.O. 16'0, lw —_ —_ 1Cl ,., . 4 ® NOIST TQ�, van- ILAT/A� T WO S.C/Y PN NLe7 c ME To, FEE G EUNO ooR PG AIJ I. Io °d ITV I ".05.= YYY i 1. L, J ~ - r_I r L_ 1 r- L r- L_I J 4 /. . 4 -" • r , 1 1 I y^ O ,: .'a IFD -6I. i-iP. � q a4 ' woR "I r l,r ,I _ J REMOVE /'DUCTWORK B� wo. ��� E �B"rd w0 3 aA..� ®V ids �E! I� �' ilA Ili �' �� t e is 0 ) Nee °T MUM1 u,'p90YE 80i TOM OF L. J , �I r- _ L'] , OAP Ipi'li .I I' P _ II �I v 'r: - .. ®® I1 O x u '' I hIA I 1 /I ' O 3" I• i$•:1 ® ^• REMOVE )IIiQ$TE PIPE g-I i�7i :. -v:. pp /o /ia uP � �I l2 "6 UH' Mill L F �� - . ? 8 °0 LAOIS� ENCN � AI ,w A 49 GAP EAPI �I y: +4 zW.c.e. e' /spot— °i .. .VE `•'I �® 0 �` T'0® r 1?VCT ?ILAT 7� �JJJ AJ V O IFFM..°T; 1_ wM z rR ® REMO 2 Earot.10 P OVILE T CAC, E AVE PIP. .°/ E SXN. UP /( - '4 %.,c/ ' /0Gp UP I SE SKThN , (q TpPI U•F /RE _SPA -uP E ��M N pr � / ax LX"a(o a•T7 120 _.� �� T}A� M'. Se /1P TroMid.Seo T[wF STE � r ®® �� I� +�� ® F Y(TYP)UJLET .1111111 - `]W LW. III uPGon'I 11 �'LJ wDaN * 8d /TYP.) -� 3 r W. R) O. _ -Jr.I J (REMOVE DUG7WOK ( %RAIN II / I'I ®ddII 4 o / //! O 1 ! ' � 2,i VTR -,3 °. y •�I k ir, ' W 1v y .. 0 x•FD 'VTR i iI :] `� ` ABM / II LL DA ' •4vt TV • .UP .0'3. UP '.i •I • ' I . 4' ArI.41. ? 4' ,WuP tc, 0,,'... ` �P `. :'ix ". ,'�' J roe• ry 9S • I of .:x.,, _ —_ 5T'/ 55 4: IN. `I' 2'IFD.2f c Ij _ J V I 1 IfI :1li I3 ' I of -zra. I ���'lo e'FCn' "5,v _ T =l ti Y x A 4 __ 06 ref.) LE. /o.o 2" 15E7 JI v aDa 10.6 02 lOO arm FEF n : i ! (3'1,4.6) _ (fa 7,(,) 4DE.V P I'! gin q'5S. vi= ,, /0 I✓, UP 4 5. UP '/. iffi `4 "P. S. UP _ 4 "45. ✓a rc"F/RE / JO E TG IPC EXHAUST SfSTCtn ALL O "P. UNDERFLOOR 4 "05, r/P .- -rT.y c�rron/s DUCTWORK 5 JAL E T4 ^.SITE hS SoEGIFIEI]. MOTS 541. \LL'FE FR' Wll .1 FIT F ,^i 'Ft AND MINTS THIS TO l�,1�31)� DRAWING REDUCED HALF 512E '11.. "AS (.,`IiNJTRIJL DATE: 8 !173. REFERENCE DRAWINGS REVISIONS E MUNICI MUNICIPALITY 9F METROPOLITAN SEATTLE - SOUTH OPERATING BASE MAINTENANCE BUILDING HEATING, VENTILATING, PIPING a PLUMBING, FOUNDATION PLAN ,f3°B"74XO ten.. -13 IVIa •o." my eR 1 n cc .z v,g M C A." "o" o °P G-,- DE LEUW, CATHER & COMPANY .. "o...4PP.M .o "." _ ".,w" " ",,, T.." DATE . "E., 68 " 144 """ m1 nmb = 3 ,< uorss+ 0 BELOW GRADE DUCT FOR PIT ANDVEH/CLE EXHAUST SYSTEMSAR6KNOWAI To BE A58657'05 GEMENT 7"RAU5ITE. 415E NAZARD- DUS MATERIAL METHODS FoR REMOVAL, PACKAGING, STDEAGE, TRAN5PORTAT,EN AND DISPOSAL. AS REQU /RE. By TILE LOCAL AUTHOR /T AIR POLLUTIOAJ CONTROL AGENCY, (Z04,)&BW-4658• CAP AND SEAL PODTWOR �PELOW GRADE TO OE ABANDONED JN FLACE. USE METHODS AND MEET RequiREMENTS OP LW/IL AUTHORITY As SET FORTH /N NOTE / (AEOVE) 03 REMOVE TD EXTENT /ND! CATED. PROVIDE TEMPORARY 04P UNTIL REGONU/EGTED. ®REMOVE FLOOR DRAW. ® REMOVE DUCTWORK FROM 6" BELOW GRADE AND UP 70 PLENUM AT CE/L//J6,. CAP AND SEAL PLENUM. CAP AND SEAL DUCTWORK 6 "BELOW GRADE, GROUT To MATCH' EXISTING FLOOR GRACE. INDUSTR /AL WASTE LINES, FLUSH WITH DEPT of ECOLOGY ACCEPTABLE FLUID! CAP AND A3ALiDD/ . 07 2EMovE Co GDVE2. 62ouTACID SEAL. PLUSN WITN FLOOR sIEFALS. ®REMOVE MEC4-1.41I4AL < m LIFT EL1u/PMENT, 3 ®EKPOSE Duc7 ■D¢K w°" FOR REMOVAL. RAp A/OT /FY MST2O Lh FOR ASBESTOS A� ' ! ABATEME,UT AND >jw<o. MED /A- r10U1, Co,VU/6cT,a, U S a 7D DUCT FDLLOWINO, .101 MERD REMEDIATIDU. Estes /WHAT IS SYow,V IS EXISTIOIG TO 1.1.1E. BEST' OF KNDwLEDSE. CDAJTEAGTO2 -TD FIELD VE2 /FY. RECETUIVED CITY CF KwILA AUG 3 0 1994 PERMIT CENTER 5 REVISION BY DATE K C j1 KCM, Inc. 1111LA \ \VV/I�I,�L 1917 First Avenue Seattle, Washington 98101 MAT I•TI sc csaotrO EROMSer. •. .N EO ERR-ERN r∎RU wlt'ww NE1 ,.: R.. pul )W W. A • PI NTlt06lSR64i4ORN1 V F xry *bm„ Tryon In' V • D f 1 cYo I'c pI41 oo ENEWENM T DESIGNED: RAP . 117 E T R 0 King County Dept. o etropolitan Services DATE: AUGUST 1994 DRAWN: CHECKED: GWO MEO RECOMMENDED: SCALE: NONE APPROVED: CONTRACT N0: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE- HYDRAULIC LIFT REPLACEMENT DEMOLITION VENTILATION, PIPING, AND PLUMBING PLAN FILE N0: DRANINC NO: DI 16 SHEET NO: fOl 1 • • C H 5 • • • A • • C A • • A • u'PfnoIY'c4 GL, - GGz cr,Mr0..3 /P7 nN NoN- FREEZ3 S UPi DM (70) 111! 1',44- ■5 70/ o PL., MP. /0 (E" 74, 012.1 A% 71147.4, -1r II(2"TCr N) �N 9'05 UP/pN >r 25 I- L (sselz )PULP HP/ 900,1 N L,LES 0 4' 'N fce of :L.4455.6 wo e.)5FT 7\-_'-:2-17,47',.., e "44 5 CFM (27YP) ¢ 11 , (T er; 3,14;SEE 0 NRZ 1k. '-' ,a. ,L.,..' __� Sul 4^1 .9 . G 43,-T4-, 041 '8v5G 4 / 0 FAT O' 041P 8765472 . 00 444 (0 (y TYP.) (3 Tip) APk�vd DUCTSO (7' 4P. CtluD,T1o11� 4225.Uvp07/ 32003 UP 7o0v 534 772 (4 4 7Yl'/ P)' f1 • 00600E _131139.1 SHOP L CAP TA, PE o AJST. ‘'/7-cool 0.2. (22 TAP.). S I CL Al / eau FA r+cn vo I s66DG D1.ia!' ��W FOR ADD /712 'AL PEMOLIT /O FOR SAME ARE AAJD DETAILS i 7/F.E '..7,400 CAP A 7 CUP 4 PC UP 1 VTR Cul UP mil., lP v,. REMOVE. V'�-!' A_o9u, �2 wnN HYDRAULI (t rrrj 444- r;ur -/A, ES . pie /A uP 500 GIP 'e 00 5472 �. Z CS 4,0 3 /E�ua >TYP 4 f%4 CH H4 4,4041 MuN -3 MOTES: BELOW GRADE DUCT Fog P74 4WD VEHICLE EKHAUST 5 Y57EM5426KNOWN TO BE ASBESTOS 407267)7 TRAN5I7E. 456 HAZARD- OUS MATERIAL. METHODS FOK REMOVAL, P4tKAG /416I 570RAGE, TRALISP02TAT /o// ARID DISPOSAL AS 6600 /RED BY THE LOCAL AU71IOR/T j 476 POLLUTION Go51TROL 46ENGY, (506) 6,35-4058. CAP 4ND SEAL 2)U6TWORK 66LOW GRADE To 86 ABANDOCED /N PLAGE. USE ME71.1OD5 AND MEET REDU /2EMEN75 OF LOCAL AUTHOR /Ty AS SET Foe/4 IM NOTE 1 (480VE). REMOVE TO Ef7ENT IA/D /GATED, PROVIDE TL-'MPORARy GAP UMT /L RECONNECTED, REMOVE FLOGS DR41N. REMOVE DUGTWO2K FROM G" BELOW GRADE AND UP To PLENUM AT GE /LING. CAP 4ND 5E414 PLENUM. CAP AND 5EAL_ DUCTWORK G" BELOW GRADE. GROUT TO MATCH Sul 5T/MG FLOOR GRADE. ©REMOVE H L /FT POWER DN/T W/T APPUrETENANGEO HNP GONGRL TF 149056 K20P /NG PAP. REMOVP P /P /NG TO CA// B1�W RADE. REMove TAIL PIPE CONNECT /DN, TO VPH/oLP EXHHU97' SYSTEM. Q0 0 orT /WO > L P- N NG TA /L P /PE M,0 / CON/NBGT /OHS TO YEH /GL2 q aA -9 3 I- 2017, G 400 4572 O .0 32 /3 900 M 9OGFM -M -,•' ' To m /I0 /s ///,S, uP 24/� :. /s NP 02FS07 /en' /O 24 /or4 Cr'r.J. TA/4, P /PE EKNAUST 54570(4 /40-471 (8 7YR) u A a, WGN6 1 CA /549 , cwlwT) sFr `_ 4-6/77 - `EE PAP_IY PLAN✓ 55 UPrrDiv F - III E I1.VUP I /II'r / / 'd'd..____ -.__i VANE TNPe .WR '4400 Srvir0H /N DUCT ^T INTERRUPT 8A�ERy 6006 0 N4 FA /G 4,2E aF.A15 (Low U- '2 4 "UP ,,. i 3^ FD 2J UNIT 0 .-` (27,74) STOr A�IE I NYC: 400050110 AND 22j6 t/P� 46,167.2760 ERE a PASS ,ev �C -Z4 TS Tr FG OOF. 2ow6G a' -oyuP �ri L 4w 400 5472 up 7 • SE4 CF FLAW \ a NSA EAR I _ i Ow/y Ff 9 ,Y I IE 4 R SP40 SE U Der DN. .P.DI /f2¢ .c .1 OF VLV uR u,r.!ln1 ..t.I LW. ,:c /10 (JP 3Z /]UP 20144 30x10 310"4. O' v'NP 4004.0 /ZOO CFMon OF,' OW OL/CTITVO22' - LOWER LEVEL I7 REVI91ORS rat . .: I.. SCALE MUNICIPALITY OF METROPOLITAN SEATTLE No. REVISION • BY DATE MUNICIPALITY or DE LEUW, CATHER & COMPANY 94:21 ,Nd ov.o �?1 zln.zl,l.,n THIS DRAWING REDUCED TO HALF SIZE SOUTH OPERATING BASE MAINTENANCE BUILDING HEATING, VENTILATING, PIPING 8 PLUMBING, LOWER LEVEL PLAN 5 Root' 0 ?L 6'511' Yoo FMS e P l �f 24%9 UV 00/ is /roue 0 7174. UPS, li 1/cry -4443 E 3 n5 r • 11.i:ioT, z "vTR 0,.0)x0 x T3B74 El 13 X19 5F n,E.T 69 on 144 K CA1 KCM, 1917 First Avenue Seattle, Washington 98101 • Bercno /L, Ina 72__•06 1.� •1�F 7�ErCinso m f o A ' awa 4FaF1000-047 3. M! T/7�i7M Ott FY Ql I0ib01 V • • DESIGNED: KAP DRAWN: CHECKED: GWO MEB RECOMMENDED: 4645100,1 HYDRAULIC. LILIES /N PLALE. FLUSH 1,4/ ITN LEEPT. OF ECOL06Y ACCEPTA$LE FLUID, 64? AI-10 A841-1C°05. 10 WHAT /S SA/OVA/ /5 Ex /sT /A/0 TO 711E 8E57" OF KNOWLEDGE. GOA/TRAcTo2 TO F /ELO VERIFY, RECEIVED CITY OP TUKWILI AUG 3 0 1994 PERMIT CENTER - T E T R 0 King County Dept. of Metropolitan Services SCALE: NONE APPROVED: CONTRACT NO: T/M18- 94 • TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT DEMOLITION VENTILATION AND PIPING PLAN V mgo EA DARE: AUGUST 1994 FILE N0: DRAWING NO: DII7 SHEET N0: OF 98 lot',; • • 2 • • E G 5 ^I 3 r '2 uor6, 5 4 0 W 4AT IS SNOW,U IS EX' 1ST ILIG TO _ EXIST. INSERTS FOR BEST OF KIJOWLED&E. GOUTRAGTOR • �] /2" BOLTS 3' -0 O.C. TO FLSLAYER /FY. 10 0 12 EXISTING FLOOR REINS. STORAGE GALVANIZED ROD 1/2" THREADED 411111' -1/2" UNISTRUT PIPE CLAMP 18. O // 1 /h" x 1 -t /T NUT & BOLT \' 3 8" : N4 ® 12" EW (ttPDXYGEN _ 4040,ALVANIZED gr. (MIP) ` C O TRO ✓9G1/E " 5/e x -5 /8 Uh.STRUT 5rarroN P /PE ` ■ CFIANNEL: GALVANIZED � ��► / 1 \ 6' O d � I • DRUM STORAGE EXIST. LIFT CONTROL .REMOVE VALVE REMOVE 31/PPORT I I i II Ii ■iooir•• �� BEAM CONNECTION NN 'l �T / ( !./ l '10 AGE EET MET. .._ (TYP PLS) AR I ■ ■t� ( 2;x1 /4 DETAIL A SCALE: NTS MIDI (TYP) 1/4 d 444 I ) IIP ♦ 411Ik STEAM CLEANING CONTROL VALVE "b STATION, SEE B/M701— WELDING SHOP BRAKE L /NE5 E NYORAUL /G ABANDON s p REMD AT CE/L /NG /..,.. EXIST AIR la P t s" , �1■ ;��s y x111 `r N I LW ®' ":. GAP n'iouE. BELOW GRA1.:E 2 -1 2" CONNECTION EXISDNG LIFT PUMP. '; TO /2" PIPES ASSEMBLY � I L'.AP e SEE 2 REM�V� P�Wt,'R' '''''‘In � 1 � REMOI(E dPPORT - I /4" x 5' AB .. S , LlG 6 -t.■ Git? UN /T EQUIPMENT - '' (nP 4 PLS) A-r ; vo N. 111, - sE: NOTE r 1 , ANO CONGREYE PAO r-�l �1 si� 10p, /r HOR„ "=-7- ;1 /' �, / CORE DRILL ) PEMOI/- ......0 HO.. ........ o. SEE NOTE 1 n1 j- O 2x1/4" PLATE 'VP 4 PLS) P /P /NG NOTES: SHALL BE IIO1 DIPPED 1. GALVANIZED, AFTER EFABRICATION. 2. COORDINATE VALVE STATION OPENINGS AND VALVE SUPPORTING POINTS WITH THE ACTUAL CONIROI.. VALVE DIMENSIONS. CONTROL VALVE STATION 2 THE RECORD DRAWING SHOWN HEREON HAS BEEN PHOTOGRAHICALLY REPRODUCED FROM A RECORD DRAWING OF EXISTING CONSTRUCTION. THE AS- CONSTRUCTED DRAWING HAS BEEN REDUCED TO FIT NITHIN THE PROJECT BORDER AND THEREFORE SHOULD NOT BE SCALED. PERTINENT DIMENSIONS AND FEATURES SHALL BE FIELD VERIFIED. ADDITIONAL CONTRACTS MAY HAVE MODIFIED OR ADDED TO WHAT IS SHOWN. 2 -1/2'¢ 4" CORE GAP. HOS REMOVE P%PING ' DRILL '. d 0 ' MACHINE ge414avE HY', L /Ne � LO UL /e- �9J�ADE LdP ABANDON: HYORAULIG I LIRI sex's(/ GRADE' CAP .. , REMOVE' 3UPPORr 1 -5 /8x 1 -5 /8 UNISTRUT. CLAMP 1 1 ' �I ory , LR. OR X F PIPES O X REMO SHOP I STEAM 1 CLEANING EXIST. LIFT. CONTROL VALVE NOTES: EXISTING C AREAS FLOOR HAS BEEN REMOVED IN THESE AREAS TO EXPOSE EXISTING PIPE, CLEAN SURFACE OF PIPES. PROVIDE AND FINISH NEW FLOOR CONCRETE TO MATCH EXISTING FLOOR. 2. USE THREADED TYPE FITTINGS. AT NEW PIPE CONNECTIONS TO EXISTING PIPING. 3. REFER TO HYDRAULIC OIL PIPING DIAGRAM, A/M102 FOR CONTROL VALVES AND APPURTANENCES. MAINTENANCE P /P /NG DETAIL B PIPING LEGEND N Y A 0 �� SCALE: NTS MIDI �' HON HYDRAULIC OIL RETURN HOS - HYDRAULIC OIL SUPPLY �_ `���� ►��,♦ - - - EXISTING PIPE - '��iZ �� \ EXIST. 2 -1/2" PIPE NEW 2 -1/2" SCH. 40 STEEL PIPE BLDG. PARTIAL PLAN SECTION I - �, :J Da C/) 1 ?_ RECEIVE) CITY OF TURWILA AUG 3 0 PERMIT CENTER 1994 SCALE: 1/8 'I=1' -0" i.,,�. �IID' SCALE: I/2 „ =I: -0„ MI01 I�,',ONE�INCH `•® L SIZ E, IF NOT ONE AT FULL INCH SCALE ACCORDINGLY DIR: DESIGNED: MS `®, Municipality oI Metropolitan Seattle /! E T IlA1F JUNE 1990 I IL -4. \ ENGR; ENCR: DRAWN: JPB RECOMMENDED: CHECKED: C. R ' SCALE: NOTED SOUTH BASE MAINTENANCE BUILDING - HYDRAULIC OIL PIPING REPAIR PARTIAL PLAN, SECTION AND DETAILS TILE NA: W71 DRAWING NO: M 101 No . REVISION BY DA APPROVED) . CONTRACT NO) ESD 90 -16 SKEET NO: 3 OF 1917 First Avenue Kem KCM, Inc. Seattle, Washington 98101 BeroneIL Inc. 3 71.12 9 �Et012W%. ,; %”` •.M, 3:�' eP A+•' x♦''':y�pG t y; l i r• - Way / j �+. y4t AE - DESIGNED: KAP '.'�a M E T R O King County Dept. of Metropolitan Services DAIS: gUGUST 1994 DRAWN: GWO CHECKED: MEB SCALE: NONE TRANSIT FACILITY IMPROVEMENTS SOUTH BASE- HYDRAULIC LIFT REPLACEMENT DEMOLITION PIPING DETAILS FILE N0: DRAWING NO: DIIO B RECOMMENDED: .WF.n An-n,.ti...W. • TR R.nui..N ,.nm. Wwgw ..RIt NI. A.60 lM.... CONTRACT N0 T /M18 -94 No. REVISION BY DATE APPROVED: SHEET N0: 91 OF10t nrvH^m4°.,. r1 C 'utm' I nr:,ilma nl* M�ua...rrpp • ii1 „C: ri 4 3 A E • G H 2 -1/2 "0 HOR REMOVE UPI" coNreac ma, APPURTENANCES 1 -1/2' SCH. 40 THREADED PIPE CONTROL VALVE STATION SEEjDETAIL B /.. M101 FOUR (4) SECTION 3 WAY - 3 POSITION HYDRAULIC DIRECTIONAL CONTROL VALVE INK 04, 2-1/2 HOS l‘ ROMOV P/P /LAG 2 -1/2" BALL VALVE 2 -1/2" STRAINER DRAULIC HOSE CES) 40 P PE 1 -1/4" HYDRAULIC HOSE (TYP, 4 PLACES) 0 FINISHED FLOOR REMOVE pig/N6 2 -1/2" HOS, HOR PIPES INSTALLED AT CEILING LEVEL, BELOW EXIST. DUCTS SEE DETAIL A/M101 4107E: 1OWNAT IS SNOWA/ l5 EX /ST /NG TO BEST OF I NDWL -D&E. coA/7R4GT02 Tb FIELD vE2 /FY. 4" CORE DRILL (TYP. 2) EXISTING AIR DUCT, INSTALL HYDRAULIC OIL PIPES BELOW (TYP 2 PLS) REMOVE GAGE — POWER OP7,, �PPURTENANGTS AND PHD CONNECTION AT NEW PIANO (NP 2) EXISTING LIFT PUMP DISCHARGE AND SAFETY VALVE (TYP 2) 2 -1/2" HOS 2 -1/2" HOR REMOVE. P /P/NG 1- 1/2'0. EXISTING PIPE REMOVE EXIST. 2 -1/2" RETURN PIPE AND CAP OPENI ON RESERVOIR AND • RELOCATE VALVE -'-- CONNECTION TO EXISTING 2 -1/2" EMBEDDED PIPES 4 SECTION, 3 WAY - 3 POOIOON DIRECTIONAL CONTROL VALVE, SEE SECTION 1/M102 CATEO T. 2 -1/2" VALVE XISIING LIFT PUMPS AND RESERVOIR REMOVE TO STEAM CLEANING P /P /NC' 4 -POST LIFT FGUhH G. EXISTING 1 -1/2" HYDRAULIC OIL LINES TO JACKS CENTERLINE OF CONTROL VALVE STATION, LOCATE. BETWEEN EXIST. PIPES. EXISTING EMBEDD ES ABANDON - FLI/ H AND GAP SECTION SCALE, I-1/2"=C-0" REVISION Y DATE DNOR: ENGR: DR: DESIGNED: DRAWN: GPO MS CHECKED: LR5 RECOMMENOEII! : I APPROVLo)� / -' K Cj'1KCM, Inc. 1917 First Avenue Seattle, Washington 98101 REVISION DATE NOTE: 1. PROVIDE NEW BULKHEAD FITTING IN THE SIDE OF THE EXISTING RESERVOIR. CONNECT NEW 2 -1/2" HOR. BRAKE SHOP & STEAM CLEANING LIFTS HYDRAULIC OIL PIPING DIAGRAM DETAIL SCALE: NTS ONE INCH AT FULL SIZE, IF NOT ONE INCH SCALE ACCORDINGLY SCALE: NOTED :ONTRACT N0: ESO 90 -15 DESIGNED: KAP DRAWN: CHECKED: GWO MEB RECOMMENDED: APPROVED: Municipality of Metropolitan Seattle SOUTH BASE MAINTENANCE BUILDING - HYDRAULC OIL PIPING REPAIR SECTION AND DETAIL 118358 DATE: JUNE 1990 ILE NO: W71 D`,A NG N0: M102 SHEET N0: 4 OF n rr T E T R /► 0 King County Dept. of Metropolitan Services SCALE: NONE TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT CONTRACT ND: DEMOLITION T/M18 -94 PIPING DETAILS • • • • 5 4 3 CITYROFET: AUG 9 PERMIT CI 0. 004 K icwlu 1994 LATER DATE: AUGUST 1994 FILE NO: DRAWING NO: DI19 SHEET NO: /Po OFioi. G H BAY 17 BAY 16 BAY 15 BAY 14 I BAY 13 BAY 12 T -a — SEE DWGS S112 & M113 -FLOOR STRIPING, TYPICAL BAY 2 BAY 3 BAY 4 BAY 5 BAY 6 BAY 7 BAY 3 BAY 9 BAY 10 BAY 11 SEE DWGS S111'& M111. SEE DWGS S111 & M112 a ✓C: n7eG�! • KCM, Inc. 1917 First Avenue Seattle, Washington. 98101 DESIGNED: WGG DRAWN: JLF 4raMETRO King County Dept. of Metropolitan Services war SCALE, RECEIVED UKWI CITY OP TLA AUG 3 0 1994 PERMIT CENTER DATE. AUGUST 1994 ILE N0: TRANSIT FACIUTY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT RECOMMENDED REVISION DATE APPROVED: CONTRACT NO T/M18 -94 • KEY PLAN • B ♦ c • ♦ R - e!y/. 9F I "I(ti[It"tah<r? P°ri'RTAr1 MYPYf:nli'exil,f^+1.y +foY+P tr *'4P'n+lMnypOTPI xn fttt'+N :.i rrr.,r F '+�'fiYTYx sc. Stl Rr c wi e,STS ritnP s. wx:! rl+"�tn tvD,M/PMRNeTSw ii°Vtm Tmr9,rRw9,gnm1� ^�}i^ ",RAW rsw rorulrv?n6M:nt�0 ,0. 0fxt} �n 'fit -0vrr i�11.: SHEET NO: 6 OFIOZ 1 r. I:-1 t J.1If(£i rf • . B • E • • • I I CONSTRUCTION I I I I - , JOINT, SEE I I I, hic) CONTROL JOINT , , SEE LOCATION TO MATCH EXISTING, EQUIPMENT PAD, SEE 4 I 14 I I FOR PLAN THIS AREA, SEE AIM WHEEL BASE LIFT, SEE %IF —CONTROL JOINT LOCATIONS TO MATCH EXISTING, SEE CV CONSTRUCTION JOINT, SEE Co c PARTIAL PLAN SCALE: 1 /8"=-1"-0" 13°P1-032,0 (6) CONSTRUCTION JOINT, SEE KEY PLAN -CO cin,ROVTE.,A AUG 3 G 1994 PERMIT CENTER 11. No. REVISION BY DATE 1(CM KCM, Inc. 1917 First Avenue Seattle, Washington 98101 • • • V DESIGNED WGG DRAWN: CHECKED. JLF MSCfrite 424 METRO King County Dept of Metropolitan Services RECOMMENDED: SCALE: AS NOTED APPROVED: CONTRACT NO I/M18 -94 TRANSIT FACIUTY IMPROVEMENTS SOUTH BASE - HYDRAUUC LIFT REPLACEMENT PARTIAL PLAN DATE AUGUST 1994 FILE NO: DRAWING NO: Sill SHEET NC', OFiaz • • 5 4 3 2 A- r • • • • • • • 9, -0„ SEE EL 17.50± 7- EL 17.63± 1 9 CONTRUCTION JOINT, SEE vgigr SEE 'to. CONTROL JOINT, TYP SEE 660 RCP PER ASTM C75, REINFORCE PIPE W / #3 ®18 "EF VERTICAL AND 2 CIRCULAR SOG ES /FT 0.40 SLOPE GROUT PER MECH SIMILAR EL 10.0± 0 GROUT • FOR PLAN. THIS AREA,'. SEE WHEEL'! BASE LIFT, . SEE Ani CONSTRUCTION JOINT, SEE CONTROL JOINT PARTIAL PLAN SCALE: 1/8 " =1' -O 6111,-030 EQUIPMENT. PAD, SEE NIGIV ■ KEY, PLAN KCM, Inc. 1917 First Avenue Seattle, Washington 98101 No. REVISION BY DATE EL. 17.50 Aft #5 @12"SET W /`. EPDXY GROUT SECTION SCALE: 1/2" =1' -0" • S112 ROCK REMOVE EXISTING / EMBEDDED ANGLE / PROVIDE I/4' x1" PREFORMED JOINT SIMILAR TO/�l.\ SEE SLOPE SwF-- Iro 6' EL VARIES SEE SECTION SCALE: 1/2" =1' -O" 96 ®12 "EW TOP 1 "x3" CONTINUOUS KEY - - -� EL 17.50 #5 ©12"SET W/ EPDXY GROUT DESIGNED'. WGG DRAWN: CHECKED: JLF MSL RECOMMENDED: SECTION SCALE: 1/2" =1' -0" (A 2"± 2' -6 "± — ROCK SAW CUT SLAB 3°± DEEP, SEE TFIUCK GRATE SEE SLOPE SECTION 10 1/2± SCALE: 1/2" =1' -0" EL VARIES SEE CITY OF TUKWILA APPROVED NOV 1 6 1994 AS NOTED BUILDING DIVISION • • • ®rri E T R ® King County Dept. of Metropolitan Services CALE. AS NOTED APPROVED: • • • • ooKtA 8/9143 I • CONTRACT NO: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAUUC LIFT REPLACEMENT PARTIAL PLAN AND DETAILS • io- • DATE: AUGUST 1994 FILE NO'. ORATING NO: S112 SHEET NO: 6$OF102 5 EXISTING 4' -0"DIA INDUSTRIAL- WASFF'SIIMP. -> �— EXISTING,' 2"IW _... BOTTOM AT +5 40 of-� . fi --H � I ;- EXISTING / I 2 1/2 VTR - . F EXIST IN L EX1, I 2" PIWNGXISTING � EXISTING �POC 4 I 3 "VTR EXISTING 3 "IW s' ivy, PVC OVERFLOW II (TYP OF 3) POC, CONNECT 4 "IW TO EXISTING 4 "IW EXISTING 4 "IW - EXISTING 3" VTR s" FCC iQ POC, IE 14,0'± 2% SLOPE SEE STRUCTURAL FOR CHANNEL DRAIN 4" FCC/ SBM111 1=96 11 EXISTING 2 1/2" VTR! EXISTING - EXISTING 2 PARTIAL PLAN — PLUMBING SCALE I /8" =1' -0" 3 " FLOOR DRAIN WITH REMOVABLE SCREEN EX [STING 4 "Iw MANHOLE SUMP (TYP OF 4) 1.1 EXISTING 8 "0 UP -� II EXISTING 1.1 BELOW GRADE-' II; FOR PAD DIMENSIONS I' SEE 13 WHEEL BASE LIFT HYDRAULIC HOSE CABINET WHEEL BASE LIFT POWER UNIT AIR CONTROL PANEL REGULATOR SECONDARY CONTAINMENT PIPING BELOW GRADE 6 "0 FRP DUCT BELOW GRADE FOR TYPICAL WHEEL BASE LIFT DETAILS, SEE Poly -0320 NW E H • A • — — T -- 1 POC, II9CONNECT 8"0 IJ FRP DUCT TO I� EXISTING 8 '0 BOD EL 15.0' PLATFORM LIFT HYDRAULIC HOSE CABINET PLATFORM LIFT POWER UNIT CA 90 Mi AIR CONTROL ' ,' PANEL REGULATOR - . CA 150 SECONDARY CONTAiNMENT -,L PIPING BELOW GRADE f* FOR CONTROL PANEL MOUNTING, SEE IOW R[F'T4uIL,.,TL',D. Ct IiNO - CONTRACTOR PROVIDED RECTANGULAR DUCT NOTES C) APPROXIMATE FLOOR /GRADE ELEVATION IS 17.5' ±. FIELD VERIFY MARKED PIPE AND DUCT ELEVATIONS INDICATED FOR POT'S. FIELD LOCATE PIPE AND DUCT ELEVATIONS NOT SHOWN AT POC'S. Ilk u� , M - I 0 III 1 , -; ,�_ Ii L / D U Lo [ A l [. 1 l lO, ill iE 30x18 TURNING VANE, 11(P II 0POC FOR PAD DIMENSIONS, SEE lar MANHOLE SUMP (TYP OF 4) 3 /8'INSIDE 3 "IW PVC TI, I :Ti^ 6 2 I. 2" -- A A POC AT CEILING IX 1 v; FOR TYPICAL PIPE SUPPORT, SEE -FOR PLATFORM I LIFT DETAIL, SEE 3/8 " INSIDE 3 'IW PVC 10 PARTIAL PLAN — PIPING & VENTILATION SCALE: 1/8" =1' -0" TYP OF 4, SIMILAR DEMOLISH DUCTWORK AT CEILING FOR RECONNECTION OF SAME SIZE TO BE REROUTED. AVOID DUCT TURN DOWNS UNTIL ROUTED TO SIDE WALLS OF STEAM ROOM. PROVIDE NEW NOT WITH TURNING VANES, INSTALL NEW DUCTING PER UMC. COORDINATE WITH ELECTRICAL AND STRUTURAL AT CEILING. RECEIVED CITY R OF TURWILA --A) AUG 3 0 1994 PERMIT CENTER No. REVISION BY DATE K Cv1 KCM, Inc. 1917 Worst Avenue Seattle, Washington 98101 /La ,Inc. Lb:Maw EbctrkLCoralIEM e VI • C DESIGNED. KAP DRAWN, CHECKED. JLF MEB RECOMMENDED: METROKing County Dept. of Metropolitan Services SCALE: AS NOTED CONTRACT NO APPROVED. 0/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAUUC LIFT REPLACEMENT PARTIAL PLANS V - • IBVss 1 1 es I Ilro��rre. F. H • • • DATE: AUGUST 1994 FILE NO: B • A 0 H SEE DWG M113 TO CONTINUE -�.. SEE DWG M113 TO CONTINUE EXISTING FOOTING BELOW -� CAP AND ABANDON FCO - EXISTING _..I --' (3 "or 4 ") -_.1_ lei �{ -CAP AND ABANDON EXISTING 10 POC 4 "FCO ^I2% SLOPE 4 "FCO EXISTING 3" 11 NOTES 0 APPROXIMATE FLOOR /GRADE ELEVATION IS 17.5'±•. FIELD VERIFY MARKED PIPE AND DUCT ELEVATIONS INDICATED FOR POC'S. FIELD LOCATE PIPE AND DUCT ELEVATIONS NOT SHOWN AT POC'S. © COORDINATE DUCT PENETRATION HEIGHT WITH STRUCTURAL AND PROVIDE CLEARANCE FOR MAINTENANCE ACCESS OF 7' -0" ABOVE PIT FLOOR, P —r{— I IW COORDINATE HEIGHT STRUCTURAL FOR MAINTENANCE CLEARANCE 4' PIW C I IW \ _...... tXISIING 4 O� 3" FD 1 4 "F CO L'PIW IW-]// I POC 4" EGO 4' 4" FCO POC AT CEILING I BOO EL 15.0'.. CA -90 1 - --G- C s '-EXISTIN 3/4" I BB ELOW FRPG RADE DUCT 8"S FRP DUCT O POC EXITING TEA EXIST MG 11 I /4° EXISTING is 6"0 FRP 164 CFM DUCT BELOW GRADE Z9 164 CFM BOD EL 15.0" EXISTING • 10% BELOW.. GRADE O1 POC COMPRESSED AIR REGULATOR I'. AIR CONTROL PANEL I.. WHEEL BASE LIFT POWER UNIT WHEEL BASE LIFT I HYDRAULIC H OSE CABINET T SECONDARY CONTAINMENT PIPING BELOW GRADE FOR TYPICAL (PIPE SUPPORT DETAIL, 0 SEE Ai I gir0 Q 4 /2 ",l U 3/4" 164 CFM ■■■ -4 164 CFM POC AT CEILING FOR TYPICAL WHEEL BASE LIFT DETAILS, SEE O'I 8"0 FRP( DUCT BOD EL '15.0' SECONDARY. CONTAINMENT PIPING BELOW GRADE 4" TOO 2 ► PARTIAL PLAN - PLUMBING SCALE: - 1/8"'1'-O" PARTIAL PLAN - PIPING & VENTILATION SCALE: 1 /51 =1' -0" RECEIVED CITY CF TUKWIEA AUG 3 0 1994 PERMIT CENTER KCM, Inc. 1917 First Avenue Seattle, Washington 98101 Berenel /Lengebe! el, Inc, MeM'. kal Ebatrbl RWI EM Wheat. DESIGNED. KAP DRAWN: CHECKED JLF MEB RECOMMENDED: 414 /1 DTI E T R O King County Dept. of Metropolitan Services SCALE: TRANSIT FACILITY IMPROVEMENTS AS NOTED SOUTH BASE - HYDRAULIC LIFT REPLACEMENT DATE APPROVED: CONTRACT NO'. T/M18 -94 PARTIAL PLANS V V V' DATE: AUGUST 1994 FILE N0: DRAWING NO: M112 SHEET N0: 65 OFO rra. rxm:.Trrc.a+n n aWA,; >N V I r r �.�rr,xxwnrn+s I -1 -es I nR+ >,,,r�,P V • V fLgcXiArwfR --2 %-SCOPE 4' 4" FC0 ICI 4'r FCO Q POC EXISTINS / 4 "FCO. EXIS1ING 4 "FCO EXISTING 4f POC, CONNECT 2 "1W TO EXISTING 4 "IW 6'0 'FRP DUCT{ GRADE BELOW EL 150' 164 FOR TYPICAL WHEEL EXISTING U POC.. EXISTING 6 "0 -T -EXISTING 8 "0 CO FRP DUCT BOD EL 15.0' FOR TYPICAL PIPE SUPPORT, SEE AIR CONTROL PANEL CA 150 / 1/2"--/ EXISTING ''.FOOTING BELOW 1I POC I EXISTING' ■ CAP AND ABANDON 4'FCO EXISTING I j^o- 3 "or 4'1 ABP AND ' ABANDON CA 90 REGULATOR A WHEEL BASE LIFT POWER UNIT WHEEL BASE LIFT HYDRAULIC HOSE CABINET !II, • FOR PAD DIMENSIONS, SEE G NOTES ® APPROXIMATE FLOOR /GRADE ELEVATION IS 17.5' ±. FIELD VERIFY MARKED PIPE AND DUCT ELEVATIONS INDICATED FOR POC'S. FIELD LOCATE PIPE AND DUCT ELEVATIONS NOT SHOWN AT POC'S. 4 it SEE DWG'.. M112 TO CONTINUE SECONDARY CONTAINMENT PIPING 1 BELOW GRADE PARTIAL PLAN - PLUMBING SCALE: 1/8 " =1' -O" PARTIAL PLAN -PIPING & VENTILATION SCALE: 1 /8 =1' -0" opor -4 2 CD 0 M KCM, Inc. 1917 First Avenue Seattle, Washington 98101 REVISION DATE' aBerona /Langebertel Inc. Mechanical Bx4ee CaannEaEEe'E{xera . I P.INIXW: 1 -1-95 I E mr�f7}me neN� DESIGNED. KAP DRAWN: CHECKED: JLF MEB RECOMMENDED, RE CITY OF CEIV TUNED WILA AN 3 D 1994 V 6 j 6-0 PERMIT CENTER KEY PLAN mE T R ® King County Dept. of Metropolitan Services SCALE: AS NOTED APPROVED: CONTRACT NO. T/M18 -94 I "— TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT PARTIAL PLANS DATE. AUGUST 1994 FILE N0: DRAWING NO: M113 SHEET NO 6aOF102 E C H Ark 3 /8 "CA MULTI -LOCK: RELEASE SECONDARY CONTAINMENT C,.. HOSE CABINET —`,`. 0 DIELECTRIC UNION CLEAN OUT ON 3 "IW SECONDARY CONTAINMENT PIPE TO SUMP CONTROL PANEL,'_ FIELD LOCATE IO 3 "V TO ROOF - �C- �` mm "11111111 M_ �III!!I! II M 1'PIW I DN TO SUMP PUMP 3/8" CA MULTI -LOCK RELEASE 11 /2 "HOS /R HOSE Poo 1 1J' PARTIAL PLAN STEAM ROOM PLAN SCALE: 1 /2" - 3 "IW PVC OVERFLOW ACCESS LADDER SHUT -OFF VALVE DIELECTRIC UNION 1 /2 "HOS /R 3"V TO ROOF SECONDARY CONTAINMENT PIPE FOR SUMP FLOOR GROUTING SLOPE DETAIL, SEE.,'^ T (� ■ ; —_ 3 /8 "CA WITH TEES, DIELECTRIC UNION AND SHUT -OFF VALVE IW SUMP PUMP, AODP -2. SEE DWG M3 FOR OPERATING SEQUENCES & SCHEDULE 2 "ELECTRICAL CONDUIT W/ SEALS HIGH LEVEL ALARM FLOAT, 48 "ABOVE BOTTOM ..OF SUMP PUMP ON FLOAT, 24 "ABOVE BOTTOM OF SUMP PUMP OFF FLOAT, 12"ABOVE BOTTOM OF SUMP SUMP FILTER N co SECTION SCALE: 1/2 " =1' -0" ■ IW, DRAIN TO BOTTOM OF SUMP 1" PIW WITH SWING CHECK VALVE AND PLUG VALVE ON PIPED DISCHARGE 1/2 "COMPRESSED AIR WITH SHUT OFF VALVE FROM PUMP CONTROL PANEL. 1/4 "HOT DIP GALVANIZED STEEL. PLATE ON 2"x1/4" HOT DIP GALVANIZED SUPPORT, ATTACH TO WALL WITH STAINLESS STEEL. ANCHOR BOLTS AT 6 "ON CENTER GROUT NOTE: SUMP IS CLASSIFIED CLASS 1 DIVISION 1 GROUP D; SEAL ALL CONDUITS eq1-1--()2,0 1 - 1/2" HOS /R TO SECONDARY CONTAINMENT PIPE SEE NOTES .1 & 2 3 /8 "CA 2% SLOPE 3 "IW PVC OVERFLOW LADDER — GROUT SEE NOTES & 2 VALLEY 3 /8 "CA TO SECONDARY CONTAINMENT PIPE L SECTION SCALE: 1/2" =1' -0" SLOPE (TYP) SUMP FLOOR GROUTING PLAN DETAIL SCALE: 1/2" =1' -0" 3' -11" PAD SEE NOTE 3 DETAIL SCALE: 1/Z =1' -0" n41 1 POC TO ROTARY PROVIDED EQUIPMENT PLUG UNUSED COUPLING 2% SLOPE JACK 113 3 /8 "CA 3 "IW PVC OVERFLOW 1 1/2 "IW DRAIN 3 1 /2 "IW DRAIN WALL WALL NOTES 1. SEE DRAWINGS S3 & S4 FOR STRUCTURAL CONFIGURATIONS OF CONCRETE AND REBAR. 2 REFER ALSO TO HOIST MANUFACTURER'S INFORMATION. 3. CONCRETE HOUSE KEEPING PADS SHALL BE PROVIDED WITH 1 INCH CHAMFER ON ALL EDGES NOT AGAINST A WALL OR COLUMN. THE HEIGHT OF THE PAD IS TO BE 4 INCHES ABOVE THE FLOOR. 2 INCHES CLEARANCE IS REQUIRED FOR ALL SIDES OF THE POWER UNIT RESERVOIR AND HYDRAULIC HOSE CABINET. SEE STRUCTURAL PLANS FOR CONSTRUCTION OF CONCRETE PADS. 3' -11" PAD -\ SEE NOTE 3 DETAIL SCALE: 1 /2" =1' -0" WALL DETAIL SCALE: 1/2" =1' -0" EED CITY R OCEIVR TUKWILA AUG 3 0 1994 PERMIT CENTER No. BY' DATE K C4 KCM, Inc. 1917 First Avenue Seattle, Washington 98101 (()I, - Berona /L ngebartel Inc. MedwNN CartlYV a • DESIGNED. KAP m E T R ® King County Dept. of Metropolitan Services re DATE: AUGUST 1994 PRAWN: CHECKED: JLF MEB RECOMMENDED: SCALE: AS NOTED APPROVED. CONTRACT N0. T/M18 -94 v TRANSIT FACIUTY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT SECTIONS AND DETAILS FILE N0: DRAWING N0: M 1 1 4 SHEET N0. �T OF IOZ I Y I "• h�tL.IhJ Fi • • • • 3 G H' —EXISTING PLUG BUS #1 (PB-1)(C) TO REMAIN EXISTING PLUG BUS #2 (PB -2)(B) TO REMAIN EXIST. SQUARE D 400AMP 480V, 3PH PLUG BUS (PB -1(C) 2 "GRS, 3 #4/0, 1#4G 225 50 )3 3 / �y 50 3,-' 5Q 50 „_n3 3 /'may 20 n3 -NEW PLUG BUS CIRCUIT BREAKER NEW PANEL 'QC 225AMP, 480V, 3PH, 3W 3D CKT, 14,000 AIC MLP. / ML -8 LP 4LP -1 -9 ,/ �/ 1 "GRS 3 #8,_1 #10G DEMOLITION ONE -LINE DIAGRAM - HYDRAULIC LIFTS MLP -3 MLP -6 MLP -7 1 "GRS 3 #8, 1 #lOG 1 "GRS, 3 #6, 1 #10G 1 "GRS, 3 #6, 1 #10G 1 "GRS 3 #8, 1 #1OG LIFT CONTROL PANEL (BY MECHANICAL) z5 zo MLP -9 MLP -10 1 "GRS, 3 #6, 1 #10G 1 "GRS 3 #8, 1 #10G CONSTRUCTION ONE -LINE DIAGRAM - HYDRAULIC LIFTS KGM Inc. 1917 First Avenue Seattle Washington 98101 ELCON ASSOCIATES, INC REVISION DATE 15215 5210=AVENUE 50117H; SUITE 24 SEATTLE, WAS SNGTON 90186 (208)243- 5022.- DESIGNED: DAB DRAWN: RHW MOTOR SUPPLIED BY DIVISION 15 (TYP) PB -1 CONNECTED LOAD PB -2 -36.6 KVA LOAD DELETED -18.3 KVA +118 KVA LOAD ADDED 0.0 KVA +81.4 KVA NET LOAD CHANGE -18.3 KVA CHECKED: WS RECOMMENDED: APPROVED: NOTES: 1. PERFORM DEMOLITION PER DIVISION 1, SECTION 02050- "DEMOLITION EQUIPMENT SALVAGE, CUTTING AND PATCHING ". CITY SF IIUHWILA AUG 3 0 1994 PERMIT CENTER _ 1141/ I11 E T A ® King County Dept. of Metropolitan Services SCALE: NO SCALE CONTRACT NO: T/M18 -94 TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT ONE -LINE DIAGRAMS FRIKOC C v!W^1}t1T'»TTTk 1 V Dnr,I . e lersr -' :TY V �1'r Jtt�,y JI 911 r1,lr,il4; DATE: AUGUST 1994 FILE NO: DRAWING NO: El 11 SHEET NO: 05 OF1 6;) 5 BA611 6 -Il PA , I I I ,'!L LI I i ! ; 1 , ! i -- - 1 ' 1 , ' 1 . 1 . , ■ i I 1 1 0 , EXIS11NG PANEL Is.'e 208/120V,/; • /11"GRS 25 CONDUCTOR #22 CABL //) 1 11 Lc; EXISTING PLUB BUS #2(B) SQUAR D 18'AFF EXISTING PANEL r 208/120V 17.1 TO PNL 'OL' TO RAND 'F') 3) TO PNL 'QL' 1"GRS,3#8,1#10G 1=27111 (ral HYDRAULIC LIF (MBOATY0 pi6M L P - TO PANEL 'C'(32) 3/4"GRS 2#12,1#1/G HYDRAULIC LIFT MIiTOR MLF1-6 (BAY 7) „ EXISTING HANEL C 208/1201/' MLP 30 TO PANEL t'(32) 3/4"GRS 2#12,1#12G " r- I I ■ L-TO PNLEj'Ql.' IIMMIMIMINII■IMBISIIMIIIIIIIMMINUMIIMII=MMI.=ZIMI■ 1 IrMIIMMINO011.11.,MEMMI1110 I 1 IEOFErAOMIIII • 1''GRS,25 CONDUCT #22 CABLE TOPNL, 'F'(23) \ w'bRS,2#12,1# 20 \ Y"GRS 4#14 2"GRS,3 4/0,1#4G EXISTING B-1(C) SQUARE DI 18'AFF t PANEL L' +72"AFF REMOV EXISTING LADDER RACK f 0 7 '77 0 HYDRAULIC L MOTOR MLP -1O (BAY 2) -1° • ())MLP-9 & M ' I HYDRAULIC LIFT , , I MOTOR 11,-AIIP I-:. (BAY 3) H 1"GR ,25 CONDUCTOR #22 ABLE TO PNL 'D'(21) ' TO PNL 'QC 14"GRS,2#12. 1#12G 1"GRS,3#8,1#10G 0 HYDRAULIC LIFT MOTOR MLP 1101171 (BAY 6) OMLP-6 & MLP-7 OriiV 0 BAY 5 BAY. 6 1 - I HYDRAULIC LIFT, WALL MOUNT C ,NTROL SEE MECHANICAL. 1"GRS 2 CONDUCTOR #22 CA LE L± [ L_ 'GRS 2 coO 2 ycri CA LE bENERAL: 1. PERF)3RM DEM1OLITIQN PER DivispIN 1, SECTION 02050- , "DEMOLITION SQUIPMENT, SALVA E, CUTTING AND PATCHING'. NOTES) I, I ! 1 1 REMJIVE EXISTING HYDRAULIC LIFT MLP-3, MLP-6, MLP-7 MLP-9 AND MLP-10, DI CONNECT, MOTOR STARTERS, CONDUIT AND ASSOCIATED WIRING BACK TO BUS HYDRAULIC LIT, CONTROL PANE; SEE MECHANICAL FOR EXAC LOCATION. SUM CONTROL/ALRM PANEL 1dyliFH AIR SOLENOID VALVE(S), MOU T NEXT 1'TO H DRAULIC LIFT !CONTROL PANEL. SEE MECHANICAL FOR EXACT LOCATIDN. SUMP FLOAT SWITCH SEE MECHANICAL FOR MOUNTING. HYDRAULIC LIFT, PENDANT MOU ED CONTROL REEL, APPROX 14' AFF SEE MECHANICAL FOR ADT LOCATION. T . . BAY 7 BA', 5 BA, 1 1 POWER PLAN — FIRST FLOOR SCALE: 3/32"=1'1-0" ELCON ASSOC ATES, INC air? OF AUG 3 0 1994 PERMIT CENTER • lita'aMETRO King County Dept. of Metropolitan Services DESIGNED: SAD SCALE: TRANSIT FACILITY IMPROVEMENTS SOUTH BASE - HYDRAULIC LIFT REPLACEMENT DRAWN: CHECKED: RHN/ DKS tr -- DATE. AUGUST 1994 KCM Inc. FILE NO. • KC ,1 917 Fir'st Avenue . . ' " , ':42o6)241. -5022, . 4c, RECOMMENDED: CONTRACT NO: POWER PLAN CONSTRUCTION DRAWING NO; E112 Seatti% Washington 98101 ory 98E8 APPROVED: No, ' I' REVISION BY DATE . , ' T/M18-94 SHEET NO:69 OFioz, 1=III/LTAIIIIIIIIII , V V V p,tQ.,p4.,rve=r,,,,,r.r'-rTmo.,.,..r,,,rr.nrosr,t<s7,trar.r,rn,pwr.tlqn,„xim•:t,I,,m=.e.nvmw,N,$fvpverooqvay.gneAnq.,p6t,rrwk„ mermomr,91,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, EW,,,,,,,,,,,,,,,,,,,,,,,,I.k1 ,,T,,,,rr,,,,,,i,t,,,,t ,,,,,,,,,,F, c,vviccvvnicc ,Liviirl, 'II, ',,,,,11,-C11.,1,1■1,13t.,00.2,,,G ‘,,, L, ,,,,i,, , 1.1, t.i 11,N , p, VE,fl* , ., , , , ' , ' ' I 1 ■ ' 11 1 , III 1, 1 : ' ' .111111F , , ' ' L ' : ' , , ,,,ii..liiiiliii:,,14.-1,i1I,:.',16.11Pibil):`,,,HI '' . ' '. ' 'I